REQUEST FOR PROPOSALS for
|
|
- Easter Charla Dorsey
- 8 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS for Group Health Insurance Benefits Programs Anaheim Transportation Network 1354 South Anaheim Boulevard Anaheim, CA Release Date: November 10, 2015 Proposal Due Date: December 18, 2015 Board of Directors Consideration: January 2016 Plan Effective Date: April 1, 2016 An electronic copy of this RFP and attachments, if any, is available from the ATN s website: All RFP documents shall be submitted in hard copy. Electronic or ed submissions shall be rejected.
2 ANAHEIM TRANSPORTATION NETWORK TABLE OF CONTENTS SECTION I. GENERAL INFORMATION Request for Proposal Notice Proposal Evaluation Criteria Conditions and Stipulations II. AGENCY INFORMATION Request For Medical Benefits Contributions and Statistical Information III. PROPOSAL FORMS Summary of Requested Information Medical Proposal Forms Health Plan Organization and Benefit Questionnaire IV. APPENDICES Summary of Benefits Current Plan(s) Employee Census Claim History / Health History Forms
3 SECTION I GENERAL INFORMATION REQUEST FOR PROPOSAL NOTICE PROPOSAL EVALUATION CRITERIA CONDITIONS AND STIPULATIONS
4 REQUEST FOR PROPOSAL NOTICE Notice is hereby given that the Anaheim Transportation Network (ATN) will accept Proposals for the following specified group insurance benefits until December 18, 2015 at 2:00 PM. The ATN employs approximately 60 staff members, comprised of 41 full-time positions and 19 part-time team members. All full time staff members are eligible for group benefits after 60 days of employment. Approximately 50% of eligible employees choose to participate in the ATN s group medical plan. Employees who choose not to participate in the plan are eligible to enroll during Open Enrollment period. The ATN provides group medical and dental benefits for its employees. Employees, at their own cost, may choose to enroll and their families. The ATN pays the following of the employee s premiums: Employee (EE) only Employee and Child (EE + Child) Employee and Spouse (EE + Spouse) Employee and Family (EE + Family) 21 employees 1 employee 1 employees 5 employees All Proposals will be clearly identified as Insurance Proposal for the Anaheim Transportation Network (ATN). Copies of your Proposal should be forwarded to the ATN at the following address: Anaheim Transportation Network 1354 South Anaheim Boulevard Anaheim, CA Please note that no formal opening of the proposals will take place. Proposals will be evaluated and the successful carrier(s) will be determined and announced at the ATN Board of Directors meeting in January The ATN Board of Directors reserves the right to reject any or all Proposals, waive formalities and to select the carrier and benefit options that best meet the needs of the ATN and its employees. The ATN reserves the right to select and terminate any servicing agent, agency, company or administrator. Inquiries, clarification, or requests for Proposal forms and questionnaires by electronic mail should be directed by telephone or to the following ATN contact: Lita Aguilar Director of Operations and Human Resources aguilar@atnetwork.org
5 SCOPE OF SERVICES The scope of services may include but is not limited to the following: 1. The Contractor will provide insurance coverage fully compliant with the provision of the United State Affordable Care Act. 2. The Contractor will provide insurance coverage for employees, spouses of employees, employees and their children, and family coverage based on employee selection/ designation. Coverage will maximize group savings and pass that savings on to the insured. The Contractor providing a limitation on paperwork, maximizing savings to the insured on medical and pharmacy services, and provides for broad provider options will be preferred. 3. The Contractor will provide a breakdown of deductibles per individually insured by calendar year, per family by calendar year, per hospital admission, to include the use of PPO hospitals and non-ppo hospitals, per emergency room visit, and all other preexisting condition requirements and costs. The Contractor will provide a clear statement of what procedures will not be covered and what procedures will be covered and their resulting deductibles. Additionally, any other deductibles or special clauses, constraints or requirements will be clearly stated in advance of selection of the Contractor and will remain in effect for a full calendar year upon selection of the Contractor unless changes are required by law. 4. The Contractor will provide responsive customer service in answering questions about coverage, assisting with securing coverage, and completion of paperwork required by the ATN Director of Human Resources and the employees insured and their insured dependents. 5. The Contractor will provide for lab services. 6. The Contractor will provide for insurance that establishes a maximum out of pocket cost per calendar year. 7. The Contractor will provide a pharmacy prescription program that maximizes the use of discounts for both generic and brand named drugs. In addition provide information relative to prescription plans that maximize pharmacy options, an option for mail order for convenience and additional savings. The Contractor will provide specific and clear instructions on the use of the prescription program in addition to prescriptions and equipment covered and not covered and any resulting deductibles. The pharmacy prescription program may also include specific coverage from pharmacies outside of the local service area. 8. The Contractor will provide for wellness benefits
6 9. The Contractor will provide for pregnancy coverage. 10. The Contractor may provide for Chiropractic services. 11. The Contractor will provide specifics on COBRA and will provide a Conversion of Benefits for separating employees provided the conversion does not add to the overall cost of those employees and dependents insured remaining in the program. 12. The Contractor will provide descriptive plan materials with copies of any self-select options and endorsements in an amount to cover every employee in the office plus ten (10) copies for the Director of Human Resources. 13. The Contractor will provide insurance that limits the amount of out-of-pocket expenses to the employee and provides a responsive billing or accounting process. 14. The Contractor will provide dental and vision benefits. PAYMENT The Contractor will be paid upon submission of invoices to the appropriate contract manager as provided by any written contract. ADDITIONAL COST All usual and customary costs incurred as a result of providing services mentioned in Scope of Services, to include providing plan information, assisting employees with insurance questions, any required printing, mailing, date programming or reprogramming, postage and postage changes, and providing all other customer service and information to ATN RFP Group Health Insurance Benefits Programs will be borne by the Contractor and not subject to reimbursement by the ATN or the insured and their dependents. TERM The contract ATN be for a minimum of twelve (12) months. The ATN, in its sole discretion, will have the option to renew annually for an additional four (4) one-year terms for a maximum of five (5) years by agreement of both parties as specified by any written contract agreement.
7 RFP PROPOSAL REQUIREMENTS: 1. Insurance agents at a minimum should submit the following as a part of their proposal and in the order presented 2. Letter of Interest stating the location and headquarters of the insurance agent s office to include specific statement of the services the insurance company is proposing to provide. 3. Business Credentials that provides a synopsis of the agent company s qualifications including capabilities of the agent; credentials of the insurance company s management team. 4. List of Previous or Ongoing Insurance Contracts that outline experience to perform services for a public sector employer required under the scope of services. 5. Specific Accomplishments that will demonstrate the ability of the insurance company/insurance agent to provide services required under the scope of services. 6. Responses to the Scope of Services that demonstrates and outlines how the insurance company/insurance agent would carry out the specific services required under the scope of services to include any enhancements that are not reflected in the scope of services. Services should include but not be limited to: INSURER QUALIFICATIONS 1. Proposals are expected from financially sound insurers, authorized to do business in California. Moody s and/or A.M. Best ratings, where applicable, should be furnished for each insurer being proposed. 2. Provide descriptive materials of the plan(s) offered, listings of preferred providers (including hospitals, general practitioners and specialists). 3. State when the last provider directory was published and how often it is revised. 4. State how many primary care physicians are in the network and the percentage of primary physicians and the percentage of the other physicians who are not accepting new patients? 5. Indicate what kind of communications is provided by the network to the Participating providers and how often they are informed of plan changes. 6. State to what extent benefits are provided out of the local service area.
8 7. State other plans/options network has for consideration. 8. Describe the nature and special features of the plan offered. 9. Indicate how benefits, deductible and co-payments are applied or recommended by the plan and any required or recommended penalties or non-use of preferred providers. Specifically address how lab work will be covered or not covered. 10. Describe discounts and other pricing arrangements that the plan has negotiated with hospitals and physicians which will provide cost reduction to the ATN. Although statewide averages are useful, it is preferred that discounts in the ATN s local area be disclosed. 11. Managed care plans should indicate the maximum total out-of-pocket costs per plan year per person and per family. 12. Pre-Existing Conditions -- Provide information on the extent to which pre-existing conditions are covered or not covered by your plan. 13. COBRA and Conversion Benefits a) In addition to providing mandated COBRA benefits, proposers will make conversion benefits available to participants entitled to continue similar coverage, without evidence of insurability, as prescribed by California law. b) Proposers are to state if they will administer COBRA enrollments and assure compliance with COBRA law. State separately the cost, if any, for these services. c) Reference Listing of no fewer than four (4) references of past experience that include at a minimum, a contact person, a company name, the services provided to that company, a phone number, and an address. 14. Additional Information and Comments by the insurance agent/broker at their discretion, that provides additional information deemed relevant to the evaluation of the proposal. 15. Sample Instruction Benefits Booklet and Last Provider Directory demonstrating the same level of quality and content being proposed for this RFP. 16. Pricing that includes all pricing for all services unless otherwise stated. Insurance Agent / Company Statement of Confidentiality of Data that states a commitment to keeping data and employee information confidential and specifically addresses what procedures will be used to ensure that data / information is kept confidential and secure.
9 17. Expectations to carry out the terms of the vendor s proposal. THE ATN S RESERVATION OF RIGHTS 1. The ATN reserves the right to reject any or all proposals, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed by the ATN to be in its best interests. 2. The ATN reserves the right not to award a contract pursuant to this RFP. 3. The ATN reserves the right to terminate a contract awarded pursuant to this RFP, at any time for its convenience upon 10 days written notice to the successful proposer(s). 4. The ATN reserves the right to determine the days, hours and locations that the successful proposer(s) will provide the services called for in this RFP. The ATN reserves the right to retain all proposals submitted and not permit withdrawal for a period of 60 days subsequent to the deadline for receiving proposals without the written consent of the ATN Contracting Officer (CO). 5. The ATN reserves the right to negotiate the fees proposed by the proposer entity. 6. The ATN reserves the right to reject and not consider any proposal that does not meet the requirements of this RFP, including but not necessarily limited to incomplete proposals and/or proposals offering alternate or non-requested services. 7. The ATN will have no obligation to compensate any proposer for any costs incurred in responding to this RFP. 8. Any and all agent fees will be paid by the insurance carrier. 9. The ATN Will reserve the right to at any time during the RFP or contract process to prohibit any further participation by a proposer or reject any proposal submitted that does not conform to any of the requirements detailed herein. By accessing the nahro.economicengine.com Internet System (hereinafter, the noted Internet System or the System ) and by downloading this document, each prospective proposer is thereby agreeing to abide by all terms and conditions listed within this document and within the noted Internet System, and further agrees that he/she will inform the ATN in writing within 5 days of the discovery of any item listed herein or of any item that is issued thereafter by the ATN that he/she feels needs to be addressed. Failure to abide by this time frame will relieve the ATN, but not the prospective proposer, of any responsibility pertaining to such issue.
10 CONFIDENTIALITY, WARRANTY AND INDEMNIFICATION 1. The CONTRACTOR agrees to exercise caution and discretion in safeguarding customer information and data which is confidential in nature and will be required to sign a confidentiality agreement prior to receiving the ATN Employee census. 2. The CONTRACTOR will be liable for any willful and material disclosure of such information or date in addition to being subject to criminal prosecution for violation of any applicable state or federal laws. 3. The CONTRACTOR will provide a statement of warranty that specifies the warranty of services to be provided and any limitations therein. 4. To the fullest extent permitted by law, the CONTRACTOR Will indemnify and hold harmless the ATN, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this agreement. CONFLICT OF INTEREST All respondents must disclose with their proposal the name of any officer, director, or agent who is also a public officer or an employee of the ATN. Furthermore, all respondents must disclose the name of any ATN employee who owns, directly or indirectly, an interest of five percent (5%) or more in the firm or any of its branches. Furthermore, the official, prior to or at the time of submission of the proposal, must file a statement with the ATN if he/she is an employee of the ATN, disclosing his/her or spouse s or child s interest and the nature of the intended business. RIGHT TO WAIVE AND REJECT 1. The ATN, in its absolute discretion, may reject any proposal of a vendor that has failed, in the opinion of the ATN, to complete or perform a ATN contracted project in a timely fashion or has failed in any other way, in the opinion of the ATN, to perform a prior contract in a satisfactory manner, and has directed the ATN Director of Finance to emphasize this condition to potential vendors. 2. There is no obligation on the part of the ATN to award the proposal to the lowest vendor, and the ATN reserves the right to award the proposal to the vendor submitting a responsive proposal with a resulting negotiated agreement which is most advantageous and in the best interest of the ATN, and to reject any and all proposals, or to waive any irregularity or technicality in proposals received. The ATN Will be the sole judge of the proposal and the resulting negotiated agreement that is in its best interest and its decision will be final.
11 3. The ATN reserves the right to waive any informalities or reject any and all proposals, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this proposal and to accept the proposal that in its judgment will best serve the interest of the ATN. 4. The ATN specifically reserves the right to reject any conditional proposal and will normally reject those that made it impossible to determine the true amount of the proposal. Each item must be proposed separately and no attempt is to be made to tie any item or items to any other item or items. DISQUALIFICATION OF VENDORS Any of the following reasons may be considered as sufficient for the disqualification of a vendor and the rejection of his/her proposal or proposals: 1. More than one proposal for the same work from an individual, firm or corporation under the same or different name. 2. Evidence that the vendor has a financial interest in the firm of another vendor for the same work. 3. Evidence of collusion among vendors. Participants in such collusion will receive no recognition as vendors for any future work of the ATN until such participant will have been reinstated as a qualified vendor. 4. Uncompleted work that in the judgment of the ATN might hinder or prevent the prompt completion of additional work if awarded. 5. Default under previous contract. PROPOSAL EVALUATION CRITERIA The ATN will evaluate proposals based on the needs of the ATN and its employees. The following criteria will be used in evaluating each of the carrier responses: 1. Compliance with specifications. 2. Ability to provide comprehensive administrative support and member services to the ATN and its covered employees and dependents. 3. Compliance with applicable State and Federal laws and regulations. 4. Financial position of insurance company, managed care organization or cooperative purchasing group.
12 5. Premium rates, retention costs, administration fees and renewal underwriting procedures. 6. Renewal rate guarantees. 7. Completion of the Rate and Benefit Proposal Forms and Questionnaires. 8. Size and location of the Medical Plan Provider Network (or Networks). 9. Nature of medical provider contracts, including provider discounts and other cost containment methods. 10. Ability to provide the ATN with the reports requested in the proposal. 11. Ability to administer claims processing in a seamless and efficient manner. 12. The amount or type of drugs covered under the formulary. 13. The ability of the ATN to customize a benefit program that will meet the needs of its employees. 14. Other criteria identified by the ATN as important in evaluation of submitted proposals. The ATN will choose the proposals that best fits its needs and the needs of its employees and dependents. The ATN is not obligated to award the contract based on cost alone. CONDITIONS AND STIPULATIONS You are invited to submit your Proposal for the administration of the indicated benefit plans based on the information contained in this RFP. Unless a specific note is made to the contrary, ATN will assume that Proposal conforms to the ATN s Specifications. You are invited to ask questions during the proposal process and to seek additional information. ATN desires to maintain an interactive process and will make every effort to provide sufficient data for your response. GENERAL CONDITIONS AND STIPULATIONS Underwriting information pertaining to the ATN is correct and accurate to the best of our knowledge. All providers submitting Proposals will be provided information regarding changes or additions to the underwriting data.
13 The ATN reserves the right to accept or reject any or all proposals and to waive formalities and select the carrier and benefit options that best meet the needs of the ATN and its employees. The ATN s objective is to select a carrier who will provide the best possible service at the best possible cost while meeting the Request for Proposal specifications. The ATN is not obligated to award the contract based on cost alone. Any proposed deviations to any part of these Specifications must be submitted in writing as a part of the questionnaire, (question #1) and clearly identified in the appropriate section of the Proposal. Any deviation deemed to be significant by the ATN will disqualify the Proposal. Failure to identify any such deviation(s) will not in the future accrue to the disadvantage of the ATN nor any qualified participant or dependent in any manner. Proposals can be for one or more of the specified group benefits. However, the rate for each benefit must be independently determined. Alternative benefit options may be considered if there would be a reduction in cost/premiums. Provider(s) that are awarded the business will submit properly executed contracts to the ATN within sixty (60) days of the plan effective date. It is not the desire of the ATN or participants to be involved with the handling of claims. Providers must specify their claims handling procedure and include a sample claim form with an example of an Explanation of Benefits. The Provider(s) awarded the business Will be required to provide ATN-specific loss data (i.e. premium / claims and utilization data) at least annually. After the first renewal, paid claims and utilization data covering at least a twelve (12) month period must be provided to the ATN prior to or concurrent with any subsequent rate adjustment. Employees (and their dependents) that terminate their employment for any reason must be given the option to continue or convert their insurance to individual contracts without evidence of insurability per state mandates and federal COBRA regulations. Such coverage will not be contingent upon the ATN s coverage continuing with the Provider. All Providers must be in full compliance with State of California and Federal requirements relating to the requested coverage or administration of or insuring of such benefits, including all applicable laws and regulations. Any and all legislative mandates that apply to the State of California. Failure to include any such benefits in the Proposal will not accrue to the detriment of the ATN nor any employee or any dependent in any manner. Agents will clearly identify the carrier in the Proposal being submitted. Carriers should identify all agents involved. Any and all commissions paid to agents or automatically built
14 into the rates must be fully disclosed. The ATN reserves the right to select an agent of record or to go direct through the insurance carrier. The ATN reserves the right to select and terminate any servicing agent, agency, company or administrator. Comprehensive benefit brochures and provider directories must be made available to each covered participant at enrollment. Individual certificates, member cards or other pertinent information must be provided no later than 30 days after the effective date or delivery of enrollment data. A servicing representative must be available to the ATN on an on-going basis. Representatives must be available at the initial open enrollment meetings to explain the plan and enroll ATN employees. COVERAGE CONDITIONS AND STIPULATIONS Coverage under the accepted plan will be from April 1, 2016 through December 31, 2016, with calendar year renewals thereafter. ATN has the right to renew for up to four (4) additional years based on the one-year option commencing January 2017 through December The carrier has the right to amend rates at the beginning of the next plan period subject to at least forty-five (45) days written notice, prior to the effective date of the change. Multiple year fees and/or rate guarantees are encouraged. ELIGIBILITY AND ENROLLMENT CONDITIONS AND STIPULATIONS Enrolled participants will be immediately eligible for the plan upon its effective date. Eligible participants hired after the effective date will become eligible 60 days after hire date. Any employee absent from work due to illness or injury on the date coverage would otherwise become effective Will, upon return to work, have coverage retroactive to the effective date. Employees eligible to participate in the plan are permanent employees whose usual work schedule is 30 hours per week. These employees are eligible for employer contribution. Employees who do not enroll within thirty-one (31) days of the eligibility date may be required to submit evidence of insurability for themselves and dependents, as applicable. When two employees of the ATN are married and one is enrolled as a dependent under the other employee s policy, the employee enrolled as a dependent Will be allowed to enroll as a single covered employee without waiting periods, evidence of insurability provided the reason for the enrollment is one of the following: Termination of the employment of the spouse Death of the spouse Dissolution of marriage
15 Application for coverage must then be made within thirty-one (31) days of such occurrence. When an employee's spouse and dependents are not covered as dependents under this plan, due to coverage at his/her own place of employment, such dependents may apply for coverage upon termination of employment or loss of coverage with current employer. Validation of such application must be completed within thirty-one (31) days. A spouse, eligible dependents include unmarried natural children, stepchildren, legally adopted children, and permanent foster children, or any other child who is related to the eligible employee by blood or marriage and who resides with the employee in a normal parent/child relationship, age 26 or younger who are dependent upon the employee for support. Unmarried dependent children beyond the age of 18 will have coverage extended: To age 26 if a full-time student; or Indefinitely, if physically or mentally impaired
16 SECTION II ATN INFORMATION Request for Medical Benefits Contribution and Statistical Information
17 REQUEST FOR MEDICAL BENEFITS Funding Requested: Fully-Insured The ATN currently offers its employees a major medical plan through Kaiser Permanente. It is the intent of the ATN to continue offering at least four (4) of plan options. The ATN may consider offering additional plan options alongside the existing plans. In addition to the current benefit plan, summary of benefits included on Page #19, the ATN wishes to receive Proposals for the following plan options: Comprehensive Major Medical & Dental Plan Plan Type Deductible Coinsurance Out-of Pocket Maximum (Single/Family) Comp. Maj. Med. $ /$ Comp. Maj. Med. $ /$ Comp. Maj. Med. $ /$ PPO, POS and Managed Care Plans Plan Type PPO PPO POS POS MCO Office Co- Pay Drug Co- Pay In-Patient Hospital Co- Insurance Individual In- Network Maximum Individual Out-Network Maximum Dental Coverage NOTE: If you are unable to provide a quote for a plan that meets these exact requirements, the ATN would entertain quotes for the plan option that most closely matches the benefit levels outlined above.
18 CONTRIBUTIONS AND STATISTICAL INFORMATION Medical Premium Contribution ATN currently contributes the entire cost of the employee s plan premium. ATN does not contribute to the dependent/family coverage. Cost associated with the dependent coverage is deducted through payroll deduction from the employee s paycheck. ATN does not contribute towards the retiree s plan premium. Current Medical Rates - CUSTOMIZABLE Plan Single Family Early Retiree (Single/Family) 65+ Retiree (Single/Family) Premium History & Employee Census Attachment 1 PARTICIPANT BREAKDOWN Attachment 2 Plan Single EE+Spouse EE+ Child Family COBRA Total
19 Attachment 1 Premium History & Employee Census
20 Attachment 2 PARTICIPANT BREAKDOWN
21 Attachment 3 Federal Certifications & Assurances
22 CIVIL RIGHTS REQUIREMENTS Bidder s Name: Hereby certifies that: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42U.S.C. Section 2000d, section 303 of the Age Discrimination Act of1975, as amended,42 U.S.C. Section 6102, section 202 of the Americans with Disabilities Act of 1990, 42U.S.C. Section 12132, and Federal transit law at 49 U.S.C. Section 5332, the Successful Bidder agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, t1ie Successful Bidder agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. Section 2000e, and Federal transit laws at 49 U.S.C. Section 5332, the Successful Bidder agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S.DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No , "Equal Employment Opportunity," as amended by Executive Order No , "Amending Executive Order Relating to Equal Employment Opportunity," 42 U.S.C. Section 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Successful Bidder agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Successful Bidder agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. Section 623 and Federal transit law at 49 U.S.C. Section 5332, the Successful Bidder agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Successful Bidder agrees to comply with any implementing requirements FTA may issue.
23 (c) Disabilities- In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. Section 12112, the Successful Bidder agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Successful Bidder agrees to comply with any implementing requirements FTA may issue.
24 (3) The Successful Bidder also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. I am authorized to make this verification on behalf of the supplier. The statements in the foregoing document are true of my own knowledge, except as to matters which are therein stated on information and belief, and as those matters I believe them to be true. I declare under the penalty of perjury that the foregoing is true and correct. Executed on at, California Date City Signature: Printed Name: Title:
25 BIDDER S CERTIFICATION OF ENERGY CONSERVATION, AIR QUALITY, AND CLEAN WATER COMPLIANCE Company Name: The third party contractor named above hereby certifies compliance with the requirements listed below and regulations issued by the Environmental Protection Agency (EPA), Federal Highway Administration, Federal Transit Administration (FTA) and other agencies of the Federal Government as well as future regulations, guidelines, standards, orders, directives or other requirements that may affect this procurement contract. The above named contractor will: 1. Comply with all applicable standards, orders, or regulation pursuant to the Clean Air Act, as amended, 42 U.S.C., and 7401 et seq. 2. Comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C., 1251 et seq. 3. Comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. CERTIFICATION: I, the official named below, hereby swear that I am duly authorized legally to bind the Bidder or grant recipient to the above-described certification. I am fully aware that this certification executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. Company Name: Official s Name: Title: Date:
26 CERTIFICATION OF RESTRICTIONS ON LOBBYING I, hereby certify on behalf of that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions as amended by "Government wide Guidance for New Restrictions on Lobbying,61 CFR (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including sub-contracts, subgrants, Contracts under grants, loans, and cooperative agreements) which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Successful Bidder certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Successful Bidder understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Certificate of Non-Compliance The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 5323(U)(2)(C) and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 U.S.C. Sections 5323U)(2)(B) or (j)(2)(d), Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R Date: Company Name: Signature: Title:
27 STATE OF CALIFORNIA DRUG FREE WORKPLACE CERTIFICATION Company/Organization Name: The Bidder named above hereby certifies compliance with U.S. DOT regulations 49 CFR Part 29, Subpart F and Government Code Section 8355 in matters relating to providing a drug-free workplace. The above named Bidder or grant recipient will: 1. Publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited and specifying actions to be taken against employees for violations of the prohibition. 2. Establish an on-going Drug-Free Awareness Program as required to inform employees about all the following: a. The dangers of drug abuse in the workplace, b. The person's or organization's policy of maintaining a drug-free workplace, c. Any available drug counseling, rehabilitation, and employee assistance programs, d. Penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Every employee who works on the proposed contract or grant will receive a copy of the company's drug-free policy statement. 4. Notify each employee that as a condition of employment financed with Federal assistance provided in the proposed contract, the employee will be required to: a. Abide by the terms of the company's policy statement, and b. Notify the employer (Bidder) in writing of any conviction for a violation of a criminal drug statute occurring in the workplace no later than five (5) calendar days after that conviction. 5. Notify FTA in writing, within in ten (10) calendar days after receiving notice required by paragraph 4 (ii) from an employee or otherwise receiving actual notice of that conviction. The Bidder, as employer of any convicted employee, must provide notice, including position title, to every project officer or other designee on whose project activity the convicted employee was working. Notice shall include the identification number(s) of each affected vehicle and related equipment and accessories. 6. Taking one of the following actions within thirty (30) calendar days of receiving notice under paragraph 4 (b) with respect to any employee who is convicted: a. Taking appropriate personnel action against that employee, up to an including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended, or
28 GROUP HEALTH INSURANCE BENEFITS PROGRAM RFP CERTIFICATION b. Requiring the employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; and c. Making a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraph 1,2,3,4,5, and 6 of this certification. The Bidder agrees to maintain a list identifying its headquarters location and each workplace it maintains in which activities provided by this contract are conducted, and make that list readily accessible to the State Department of Transportation. I, the official named below, hereby swear that I am duly authorized legally to bind the Bidder or grant recipient to the above-described certification. I am fully aware that this certification executed on the date and in the county below, is made under penalty of perjury under the laws of the State of California. Date: Company Name: Signature: Title: 2
29 GROUP HEALTH INSURANCE BENEFITS PROGRAM RFP CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS The Contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this Proposal, the prospective recipient of Federal assistance funds is providing the certification as set out below. 2. The certification in this class is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective recipient of Federal assistance funds knowingly rendered an erroneous certification, in addition to other remedies available to procuring agency, the Federal Government, and/or the Department of Labor (DOL) may pursue available remedies, including suspension and/or debarment. 3. The prospective recipient of Federal assistance funds shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective recipient of Federal assistance funds learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded", as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order The prospective recipient of Federal assistance funds agrees by submitting this Proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by DOL. 6. The prospective recipient of Federal assistance funds further agrees by submitting this Proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligible and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines 3
30 GROUP HEALTH INSURANCE BENEFITS PROGRAM RFP The eligibility of its principals. Each participant may but is not required to check the List of Parties Excluded from Procurement or Non-procurement Programs. 9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 10. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government; the DOL may pursue available remedies, including suspension and/or debarment. By signing and submitting the proposal, the Bidder certifies as follows: (1) The lower tier participant certifies, by submission of this proposal, that neither it, nor its principals as defined at 49 CFR Part or affiliates, as defined by 49CFR , are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction as defined by 49 CFR , or by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name and Title of Authorized Representative Signature Date 4
REQUEST FOR PROPOSAL GROUP HEALTH, DENTAL, & VISION INSURANCE BENEFITS
Addendum No. 1 Request for Proposals No. 2015-08: Group Health, Dental, & Vision Insurance Benefits This addendum provides corrected information within the body of the document regarding the RFP number,
More informationATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS
The undersigned states that: ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS 1. He or she is the duly authorized representative of the Vendor named below; 2. He
More informationCity of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan
City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)
More informationFour County Transit Server Voice Broadcast Bid Request
Four County Transit Server Voice Broadcast Bid Request AASC/Four County Transit is accepting bids for voice broadcast auto dialer software. Price should include all shipping and handling charges, as applicable.
More informationUTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER
UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 PURPOSE Utah County is soliciting proposals from insurance brokers/consultants qualified to
More informationCERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
U.S. DEPARTMENT OF JUSTICE OFFICE OF JUSTICE PROGRAMS OFFICE OF THE COMPTROLLER CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS
More informationRequest For Quotes. 928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09
928 South Ninth Street Springfield, IL 62703-2497 REQUEST FOR QUOTES PAYROLL PROCESSING SERVICES RFQ-2015-09 RESPONSES DUE: OCTOBER 16, 2015 Page 1 of 10 TABLE OF CONTENTS TABLE OF CONTENTS 2 PART I: SPRINGFIELD
More informationWorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)
WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board) Workforce Innovation & Opportunity Act Website Maintenance, Updates, & SEO Hosting Request for Quotes (RFQ)
More informationAGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
More informationRequest for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
More informationUTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT
UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND Utah County is planning to
More informationFLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #
FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT # This Cost Reimbursable Subaward Agreement is entered into in order to specify the terms and conditions under which Florida Atlantic University,
More informationCERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY
EXHIBIT 1 TO ATTACHMENT CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor
More informationRFP STAFF LEASING SERVICES 1/1/15 6/30/16
RFP STAFF LEASING SERVICES 1/1/15 6/30/16 Ana-Maria Hurtado Commissioner TOWN OF HEMPSTEAD DEPARTMENT OF OCCUPATIONAL RESOURCES 50 CLINTON STREET, SUITE 400 HEMPSTEAD, NEW YORK 11550 CONTENT PUBLIC NOTICE...PAGE
More informationRequest for Proposals RFP No. 14-12
Request for Proposals RFP No. 14-12 The Gadsden County Board of County Commissioners is seeking sealed proposals from vendors who desire to lease dental equipment owned by the County. Proposals will be
More informationWebb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent
Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice
More informationCERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY
Exhibit 1 CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY The undersigned certifies on behalf of the Contractor or Subcontractor
More informationMultifamily Cost Estimator Contractor
INFORMAL SOLICITATION Minnesota Housing Finance Agency Multifamily Cost Estimator Contractor Description of Project Minnesota Housing Finance Agency (Minnesota Housing), a mortgagee authorized to submit
More informationRequest for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
More informationNorthern New Mexico College HUMAN RESOURCES POLICY
Northern New Mexico College HUMAN RESOURCES POLICY Subject: Substance Abuse File Reference: 3.3 Date Approved By Board of Regents: Replaces Policy Approved On: Purpose: September 21, 1990 Policy: Procedures:
More informationSD MEDICAID PROVIDER AGREEMENT
SD MEDICAID PROVIDER AGREEMENT The SD Medicaid Provider Agreement, hereinafter called Agreement, is executed by an eligible provider who desires to be a participating provider in the South Dakota Medicaid
More informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
More informationTRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
More informationMARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
More informationLawrence University Procurement Policy for Federally Sponsored Projects
Lawrence University Procurement Policy for Federally Sponsored Projects PURPOSE Federal grants are taxpayer dollars entrusted to Lawrence University for the advancement of public good. It is incumbent
More informationState of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions
1. STANDARD TERMS AND CONDITIONS APPLICABLE TO THE CONTRACT: Unless the bidder is specifically instructed otherwise in the Request for Proposals (RFP), the following terms and conditions shall apply to
More informationAT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
More informationSERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title
This Services Agreement ( Agreement ) dated is made by and between [INSERT CONTRACTOR S NAME AND ADDRESS] (hereinafter called "Contractor"), and UMass Memorial Medical Center, Inc., Worcester, MA (hereinafter
More informationDELTA DENTAL PPO+Premier Participating Independent Dental Hygienist Agreement
DELTA DENTAL PPO+Premier Participating Independent Dental Hygienist Agreement THIS AGREEMENT, made and entered into this day of, 20 by and between Colorado Dental Service, Inc. d/b/a Delta Dental of Colorado,
More informationDuluth Transit Authority
REQUEST for BIDS FOR ASSISTANCE CALLS SERVICES, ALARM MONITORING SERVICES January 6, 2016 2402 W. Michigan St Duluth, MN 55806 (218) 623-4316 fax: (218) 722-4428 email: nbrown@duluthtransit.com Bid # 041-16-0304.1
More informationRequest for Quotation For Design and Printing
PAGE 1 OF 7 Request for Quotation For Design and Printing Head Start of Greater Dallas, Inc. is requesting quotation for Printing and Design Work for Marketing and Public Relations for the Agency locations
More informationShawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 Bill.Kroll@snco.us
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
More informationMenlo Park City School District 181 Encinal Avenue Atherton, CA 94027
181 Encinal Avenue Atherton, CA 94027 The offers this information to any individual or firm wishing to be added to the District s general construction informal bid list for all trades pursuant to Public
More informationThe University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.
MONTCLAIR STATE UNIVERSITY STANDARD CONTRACT TERMS AND CONDITIONS I. The contractor certifies that it understands and agrees that the following terms and conditions (collectively the "University s Standard
More informationSAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
More informationCeres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationSMART. This proposal must be returned by: December 22, 2011 2:00pm
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The
More informationBENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
More informationInfinedi HIPAA Business Associate Agreement RECITALS SAMPLE
Infinedi HIPAA Business Associate Agreement This Business Associate Agreement ( Agreement ) is entered into this day of, 20 between ( Company ) and Infinedi, LLC, a Limited Liability Corporation, ( Contractor
More informationCarmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School
Carmel Unified School District Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School January 4, 2016 1 NOTICE REGARDING PREQUALIFICATION FOR BLEACHER AND PRESSBOX
More informationTOWNSHIP OF BERKELEY HEIGHTS
TOWNSHIP OF BERKELEY HEIGHTS REQUEST FOR PROPOSALFOR TAX ATTORNEY SERVICES Township of Berkeley Heights Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 10:00 A.M. DEBEMBER 5,
More informationTo Whom It May Concern:
To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted
More informationQSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
More informationIncumbent Worker Training Program Application
Incumbent Worker Training Program Application Release Date: September 2007 Application Due Date and Time: Open application process (dependent on available funding) The mission of the Workforce Solutions
More informationBOROUGH OF KENILWORTH
BOROUGH OF KENILWORTH REQUEST FOR PROPOSALS FOR TAX APPEAL ATTORNEY BOROUGH OF KENILWORTH Contract Term January 1, 2016 through December 31, 2016 SUBMISSION DEADLINE 3:00 P.M. NOVEMBER 12, 2015 ADDRESS
More informationMIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
PHARMACY BENEFITS MANAGER BID PACKAGE All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
More informationCommonwealth of Kentucky, hereinafter referred to at the University or as the First Party, and
Rev. 2/11 UNIVERSITY OF KENTUCKY STANDARD CONTRACT FOR PERSONAL SERVICES THIS CONTRACT is made and entered into this day of, 20, by and between UNIVERSITY OF KENTUCKY, (Agency) Personal Service Contract
More informationMIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND
MEDICAL INSURANCE CARRIER CLAIM AUDIT All proposals must be submitted in accordance with the following Standardized Submission Requirements and Selection Criteria established by the Middlesex County Joint
More informationAFLAC LEVEL 2 DENTAL INSURANCE POLICY NETWORK PARTICIPATION AGREEMENT
1. PURPOSE This agreement is between Health Care Networks of America, LLC ( HNA ), a Nevada corporation and the Dentist, Professional Corporation, or Group Practice ( Provider ). Provider agrees to participate
More informationAE Enqineer nq. lnc. Protective Coatinq Solutions, Inc.
375-030-nn 06/13 DBE AND SMALL BUSINESS PARTICIPATION STATEMENT Note: The Firm is required to complete the following information and submit this form with the technical proposal. Contract No. or Advertisement
More informationSTATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
More informationLAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER
LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER To develop mixed income affordable residential dwelling units 1.0 INTRODUCTION The Lawrence-Douglas
More informationCOUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
More information1. Provide advice and opinions regarding workers compensation issues, as needed;
Town of West New York Requests Proposals ( RFP ) From Law Firms Interested in Serving as Workers Compensation Counsel for the Town of West New York For the Period January 1, 2016 through December 31, 2016
More informationMINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS
MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS DRAFT for Discussion Only 8.22.14 THIS MASTER GRANT CONTRACT, and amendments and supplements thereto, is between the State
More informationMEMORANDUM OF UNDERSTANDING BETWEEN THE COUNTY OF SAN DIEGO HEALTH AND HUMAN SERVICES AGENCY AND
MEMORANDUM OF UNDERSTANDING BETWEEN THE COUNTY OF SAN DIEGO HEALTH AND HUMAN SERVICES AGENCY AND FOR THE CALFRESH RESTAURANT MEALS PROGRAM This Memorandum of Understanding (hereinafter MOU ) is entered
More informationCOUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH, COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS Insurance Consultant Contract Term Fiscal Year (July 1, 2015 through June 30, 2016) SUBMISSION DEADLINE 4:00 P.M. Friday JUNE 26,
More informationREQUEST FOR QUOTE. RFQ No. 14-68478 NETWORK MAPPING SOFTWARE
REQUEST FOR QUOTE RFQ No. 14-68478 NETWORK MAPPING SOFTWARE ISSUE DATE: January 16, 2015 QUOTE DUE DATE: January 30, 2015 EXECUTIVE SUMMARY RFQ No. 14-68478 Hampton Roads Transit has a need for the service
More informationSERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES
SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE
More informationInsurance Producer Agreement
Insurance Producer Agreement THIS AGREEMENT ( Agreement ) is made and entered into on this day of. (the Effective Date ), by and between KPS Health Plans (hereinafter referred to as KPS ), a duly licensed
More informationCOAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2013 FOR CONSTRUCTION MANAGEMENT SERVICES FOR ORANGE COAST COLLEGE BUSINESS, MATH, COMPUTING CENTER December 14, 2012 PROPOSALS DUE: By 4 p.m. -
More informationREQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor
More informationDEPARTMENT OF HEALTH CARE FINANCE
DEPARTMENT OF HEALTH CARE FINANCE Dear Provider: Enclosed is the District of Columbia Medicaid provider enrollment application solely used for providers, who request to be considered for the Adult Substance
More informationNOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:
JULIE A. PACYNA PURCHASING AGENT WARREN COUNTY PURCHASING DEPARTMENT 1340 STATE ROUTE 9 LAKE GEORGE, NY 12845 Telephone: (518) 761-6538 Fax: (518) 761-6395 JASON M. SHPUR DEPUTY PURCHASING AGENT NOTICE
More informationMASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
More informationAgreement for Professional Emergency Services. professional emergency and related services provided at (hospital name) Hospital be
Agreement for Professional Emergency Services This Agreement, made and effective on (effective date) by and between (name of hospital) Hospital, Inc., located at (address of hospital), (city, state and
More informationCOUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
More informationREPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC
SRR-PPS-2009-00012 REV. 0 REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SECTION A, APPLICABLE TO ALL OFFERS...2 1. Certification and Agreement...2 2. Authorized Negotiators...2 3. Type
More informationWITNESSETH: 2.1 NAME (Print Provider Name)
AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY and CERTIFIED NURSE MIDWIFE WITNESSETH: Based upon the following recitals, the Oklahoma Health Care Authority (OHCA hereafter) and (PROVIDER hereafter)
More informationASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
More informationADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals
ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals Date: March 18, 2015 To: All Vendors Interested in RFP # 9600-61 From: Kristen Aldrich, Deputy Purchasing Agent, NMC Contracts Division Subject: Addendum
More informationFEDERAL CONSTRUCTION CONTRACT PROVISIONS
FEDERAL CONSTRUCTION CONTRACT PROVISIONS COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM Office of Community and Rural Affairs One North Capitol, Suite 600 Indianapolis, Indiana 46204-2288 Revised April 2009
More informationConsultants Services, Lump-Sum Remuneration
1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name
More informationCalifornia Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form]
California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form] CSI CONTRACT TERMS AND CONDITIONS This California Solar Initiative
More informationARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
More informationATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS
ATTACHMENT B GENERAL TERMS AND CONDITIONS FOR NEIGHBORHOOD STABILIZATION PROGRAM CONSTRUCTION PROJECTS The work to be performed under this bid/contract is financed by a Federal grant and the following
More informationSTATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois INTERACTIVE WHITEBOARDS (SMARTBOARDS) AND DIGITAL PROJECTORS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School
More informationPurchase Order Addendum
[STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University
More informationCOUNTY OF UNION, NEW JERSEY
CITY OF ELIZABETH COUNTY OF UNION, NEW JERSEY REQUEST FOR QUALIFICATIONS FINANCIAL ADVISORARY SERVICES Contract Term 2017 State Fiscal Year (Ending June 30, 2017) SUBMISSION DEADLINE 11:00 A.M. MAY 12,
More informationAGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH:
AGREEMENT between OKLAHOMA HEALTH CARE AUTHORITY AND HEALTH PROVIDER FOR MENTAL HEALTH CASE MANAGEMENT SERVICES FOR PERSONS OVER AGE 21 WITNESSETH: Based upon the following recitals, the Oklahoma Health
More informationEXHIBIT C BUSINESS ASSOCIATE AGREEMENT
EXHIBIT C BUSINESS ASSOCIATE AGREEMENT THIS AGREEMENT is made and entered into by and between ( Covered Entity ) and KHIN ( Business Associate ). This Agreement is effective as of, 20 ( Effective Date
More informationREQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015
REQUEST FOR PROPOSAL BID #045-15 ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT August 10, 2015 The City of Rome, Georgia is requesting proposals from qualified firms to provide Check Processing
More informationWest Virginia Public Employees Insurance Agency (PEIA) Request for Proposals For IRC Section 125 Mountaineer Flexible Benefits Plan
West Virginia Public Employees Insurance Agency (PEIA) Request for Proposals For IRC Section 125 Mountaineer Flexible Benefits Plan Group Short Term Disability Group Long term Disability PROPOSAL RETURN
More informationAGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR. Attention:
AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND FOR NAME OF CONSULTANT: RESPONSIBLE PRINCIPAL OF CONSULTANT: CONSULTANT'S ADDRESS: Attention: CITY'S ADDRESS: City of Beverly Hills 455 N. Rexford Drive
More informationstate Of New York Contract Agreements
CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES BY AND BETWEEN CENTRAL NEW YORK REGIONAL PLANNING AND DEVELOPMENT BOARD AND [INSERT NAME] FOR [INSERT PROJECT NAME] PARTIES: This Agreement made this day
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationCOVENTRY HEALTH AND LIFE INSURANCE COMPANY
COVENTRY HEALTH AND LIFE INSURANCE COMPANY SMALL GROUP POLICY AVAILABLE OUTSIDE OF THE HEALTH INSURANCE MARKETPLACE THIS CONTRACT is made by and between Coventry Health and Life Insurance Company (hereinafter
More information... 10 ... 2 ... 4 ... 8 ... 9 ... 11
... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4
More informationSARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
More informationRequest for Proposal (RFP) for Contract Management
Request for Proposal (RFP) for Contract Management The City of Belton seeks a qualified management consulting firm to assist in the administration of the HOME Program to be awarded through the Texas Department
More informationEDUCATIONAL INSTITUTION AFFILIATION AGREEMENT
EDUCATIONAL INSTITUTION AFFILIATION AGREEMENT This Educational Institution Affiliation Agreement ("Agreement") is by and between ("Educational Institution") and Life Care Centers of America, Inc. ("LCCA"),
More informationSmall Public Work Contract
City of Bellevue 450 110 th Ave. NE Bellevue, WA 98004 Small Public Work Contract City of Bellevue Contract Identification Information: Contract Title: This CONTRACT is entered into the date
More informationHADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015
HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ 08033 Phone: 856-429-4130, X 215 Fax: 856-429-6015 REQUEST FOR PROPOSALS FOR SCHOOL DISTRICT HEALTH INSURANCE BROKER SERVICES Notice is hereby
More informationREQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES
BOROUGH OF ROSELLE REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES BOROUGH OF ROSELLE Contract Term January 1, 2013 through December 31, 2015 SUBMISSION DEADLINE DECEMBER 27, 2012 10:00 A.M.
More informationEXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES
EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions
More informationUTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES
S FOR VETERINARY SERVICES Page 1 SECTION 1 ADMINISTRATIVE OVERVIEW 1.1 BACKGROUND 1.2 PURPOSE The Utah County Animal Shelter s mission is to promote the health and safety of pets and people in Utah County
More informationNEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT. For. Name. Address. City State Zip
NEW ERA LIFE INSURANCE COMPANY GENERAL AGENT S CONTRACT For Name Of Address City State Zip P.O. Box 4884 Houston, Texas 77210-4884 200 Westlake Park Blvd. Suite # 1200 Houston, Texas 77079 1-800-713-4680
More information