Association of Monterey Bay Area Governments. Request for Proposals. for. Demographic Forecasting Services
|
|
|
- Jerome Bertram Hampton
- 10 years ago
- Views:
Transcription
1 Association of Monterey Bay Area Governments Request for Proposals for Demographic Forecasting Services Not to Exceed $20,000 Issued: July 15, 2015 Questions Due: July 31, 2015 Deadline (received by AMBAG): August 17, 2015 Submit all questions and proposals to: Heather Adamson AMBAG 445 Reservation Rd. Suite G, Marina, CA fax
2 Contents Introduction... 1 Scope of Work & Project Deliverables... 1 Schedule... 2 Proposal Submittal... 2 Submittal Questions and Addenda... 3 Notice of Award... 3 Project Manager... 3 Proposal Requirements... 3 Evaluation and Selection Process... 4 Contractual Information and Payment Schedule... 5 Terms & Conditions... 6 Incorporation of Attachments... 9
3 Introduction As the Metropolitan Planning Organization (MPO) for the tri county region of Monterey, San Benito and Santa Cruz counties, the Association of Monterey Bay Area Governments (AMBAG) prepares a Sustainable Communities Strategy (SCS) as part of the Metropolitan Transportation Plan (MTP). AMBAG also prepares and regularly updates a regional growth forecast for the tri county region. AMBAG has issued this Request for Proposals (RFP) in an amount not to exceed $20,000 for regional growth forecast services. A detailed scope of work is outlined below. Scope of Work & Project Deliverables The following provides details of the scope of services required under this contract. Respondents to this RFP should build on this general description by proposing a scope of work with specific subtasks as deemed appropriate. Respondents should also refer to the Proposal Requirements, and Evaluation and Selection Process sections for additional requirements. Additional tasks and work elements may be added or deleted during contract negotiations. Upon conclusion of the negotiation process, the selected consultant will be required to prepare a final work plan, schedule, and budget for inclusion into a final contract. If additional tasks are identified, the contract may be amended in the future. Task 1: Update Regional Growth Forecast (October 2015 January 2016) AMBAG s current Regional Growth Forecast (RGF) estimates employment, population and housing growth through the year AMBAG will prepare updated long term regional forecasts of employment and population for 2040 using the established methodology in the current RGF, extrapolating out from 2035 to The consultant will review and confer with AMBAG staff, providing technical guidance and adjustments as necessary based on relevant data, to ensure the accuracy and methodological defensibility of the RGF methodology, as it pertains to the AMBAG region. The consultant will assist AMBAG in the preparation of updated estimates of employment (jobs) growth by major industry sector for the AMBAG region through the year The consultant will assist AMBAG in the preparation of a draft updated RGF report, documenting the results of the analysis, major factors and components of growth, summary tables of forecast results for employment and population, and conclusions and findings. The RGF report will also include an analysis of the relationship between regional population and employment and trends in interregional, statewide, and national growth. The consultant will assist AMBAG in revising the draft RGF report as necessary to address comments and assist in the preparation of a final RGF report for distribution to, and review by, AMBAG s Board and the Planning Director s Forum. 1
4 Deliverables: Periodic meetings/conference calls with AMBAG staff Review and provide technical assistance for the updated employment, housing, and population forecasts for 2040 Review and provide technical assistance for the Draft and Final Regional Growth Forecast Reports Task 2: Disaggregation to a Subregional Growth Forecast (January 2016 August 2016; ongoing) The consultant will provide technical assistance for disaggregating the employment, housing, and population growth estimates by county and local jurisdiction as appropriate by age, sex, race, and ethnicity, in accordance with the requirements of the California Department of Housing and Community Development s (HCD) Regional Housing Needs Allocation (RHNA) methodology. This will include adjustments to jurisdiction s data, reviewing post adjustment data and delivery of a technical memorandum detailing the methodology. It is expected that initial disaggregation will be conducted once the regional estimates have been established. Additional disaggregation adjustments will be needed based on local jurisdiction input and review throughout the forecast process. The final forecast is expected to be adopted in June Deliverables: Periodic meetings/conference calls with AMBAG staff Adjustments to county and local jurisdiction forecasts Final technical memorandum detailing the methodology adjustments Schedule Task Completion Date Release RFP July 15, 2015 Questions Due July 31, 2015 Post responses to questions/addendum (as needed) August 4, 2015 Proposals Due August 17, 2015 Evaluation Committee Completes Proposal Review August 26, 2015 Consultant Selection and Notice of Intent August 28, 2015 Candidates Not Recommended for Selection Notified August 28, 2015 Notice of Intent to Protest Deadline September 2, 2015 AMBAG Board Approval of Consultant September 9, 2015 Execute Contract September 10, 2015 Project Kick Off Meeting September 16, 2015 Proposal Submittal Interested consultants must submit a digital copy of the proposal to the Project Manager as follows: Digital: Send as a single PDF or PDF portfolio All submissions must be received by AMBAG on or before August 17, 2015 at 4:00 p.m. Pacific Daylight Time (PDT). By submitting a proposal, the Proposer certifies that his or her name or the consultant firm's name, as well as the name of Proposer s subcontractors, does not appear on the Comptroller General's list of ineligible contractors for federally assisted projects. 2
5 Until award of the contract, the proposals shall be held in confidence and shall not be available for public review. Upon award of a contract to the successful Proposer, all proposals shall become public record. No proposal shall be returned after the date and time set for opening thereof. Submittal Questions and Addenda All questions regarding this RFP should be received no later than July 31, 2015 at 4:00 p.m. PDT by e mail to Heather Adamson at [email protected] or by fax to Responses that require that an addendum be issued to the RFP will be posted on the AMBAG website at on or before August 4, 2015 at 4:00 p.m. PDT. It is the responsibility of proposers to check the AMBAG website to determine if any addenda have been issued. Any addenda to the RFP will become part of the RFP. AMBAG reserves the right to revise the RFP prior to the date that proposals are due. It is the responsibility of proposers to check the AMBAG website to determine if a modified RFP has been issued. Notice of Award The final recommended consultant shall be informed by phone on or before August 28, Candidates not recommended for contract award shall be informed by August 28, Project Manager Heather Adamson, Director of Planning Association of Monterey Bay Area Governments 445 Reservation Rd. Suite G, Marina, CA [email protected] (preferred communication) Fax Proposal Requirements A. Proposals should be concise, well organized and demonstrate the proposer s qualifications and experience applicable to the project. Proposals shall be limited to 15 one sided pages (8.5 inches x 11 inches). The proposal must include a discussion of the proposer s approach to the project, a description of the firm s qualifications for the scope of work, and a cost estimate. B. The proposal and any required certifications shall be signed by an individual or individuals authorized to execute legal documents on behalf of the proposer. C. Failure to comply with the requirements of the RFP may result in disqualification. AMBAG is not responsible for finding, correcting, or seeking clarification regarding ambiguities or errors in proposals. If a proposal is found to contain ambiguities or errors, it may receive 3
6 a lower score during the evaluation process. AMBAG may, but is not required to, seek clarification from a proposer regarding information in a proposal. Errors and ambiguities in proposals will be interpreted in favor of AMBAG. Proposals and/or modifications received subsequent to the hour and date specified above will not be considered. D. The proposer shall certify whether it takes no exception(s) to this RFP and the draft contract. If the proposer does take exception(s) to any portion of the RFP or the draft contract, the specific portion to which exception(s) is taken must be identified and explained. Failure to make exceptions to the RFP or draft contract within the proposal will be deemed a waiver of any objection. Exceptions will be considered during the proposal evaluation process. E. AMBAG reserves the right to reject any or all proposals and to waive irregularities contained therein and to accept any proposals deemed most advantageous to AMBAG. Evaluation and Selection Process A. Based upon the proposals and other appropriate evaluation factors, the top ranked proposer will be identified and short listed. Negotiations with the selected firm may cover: scope of work, contract schedule, contract terms and conditions, technical specifications, level of effort, and price. B. Proposers will be evaluated on the following criteria according to the weights assigned below. AMBAG reserves the right to add the proposers interview scores into the evaluation criteria or to select proposers based solely upon their proposal and/or oral interview. C. All proposals must be completed and convey all of the information requested in order to be considered responsive. The proposals then will be evaluated on the basis of the criteria listed below. The total number of points used to score the proposals is 100. D. Evaluation factors and point values will be as follows: 4
7 Criteria Description Points Proposed method to accomplish the work Professional qualifications Relevant experience 25 Project experience Nature, quality, and relevance of recently completed projects 25 Staff Qualifications Unique qualifications of key personnel 20 Cost or Best Value Ranking of comparative costs among proposed firms, providing the best value of services offered 30 Total 100 All proposers must complete a Cost Estimate form (see RFP Attachment A) in addition to the written proposal. The Evaluation Committee will review all submitted proposals. Proposers may be ed and asked for further information, if necessary. The Evaluation Committee will make recommendations to AMBAG s Executive Director on the basis of the proposal and reference check. AMBAG s Executive Director will review the Evaluation Committee s recommendation and make the final recommended selection to the AMBAG Board of Directors. If the Board of Directors selects a different consultant than the one recommended by the Evaluation Committee, the Project Manager, in consultation with the AMBAG Executive Director, will prepare a memo explaining the selection. Contractual Information and Payment Schedule The contract agreement for the Demographic Forecast Services will be between AMBAG and the Consultant. The consultant will invoice AMBAG for services rendered, and AMBAG will compensate the consultant for these services as set forth in the agreement. Funding for the consultant services will be provided by AMBAG. The project deliverables will be reviewed by the AMBAG Project Manager. The Consultant will be paid based on work actually performed, and accepted in writing by AMBAG, during the preceding month. The consultant should forward a copy of all invoices for payment for work performed and associated expenses by the 15th day of the month. 5
8 Terms & Conditions A. Limitations This request for proposal (RFP) does not commit AMBAG to award a contract, to pay any precontractual expenses, or to procure or contract for services or supplies. AMBAG expressly reserves the right to reject any and all proposals or to waive any irregularity or informality in any proposal or in the RFP procedure and to be the sole judge of the responsibility of any Proposer and of the suitability of the materials and/or services to be rendered. AMBAG reserves the right to withdraw this RFP at any time without prior notice. Further, AMBAG reserves the right to modify the RFP schedule described above. B. Award AMBAG may ask RFP finalists to present oral briefings of their proposals. All finalists may be required to participate in negotiations and submit such price, technical, or other revisions of their proposals as may result from negotiations. AMBAG also reserves the right to award the contract without oral briefings or discussion, based upon the initial written proposals. Accordingly, each initial proposal should be submitted on the most favorable terms from a price and a technical viewpoint. C. Verbal Agreement or Conversation No prior, current, or post award verbal conversations or agreement(s) with any officer, agent, or employee of AMBAG shall affect or modify any terms or obligations of the RFP, or any contract resulting from this RFP. D. Pre-contractual Expenses Pre contractual expenses include any expenses incurred by Proposers and selected contractor in: Preparing proposals in response to this RFP Submitting proposals to AMBAG Negotiations with AMBAG on any matter related to proposals. Other expenses incurred by a contractor or Proposer prior to the date of award of any agreement. In any event, AMBAG shall not be liable for any pre contractual expenses incurred by any Proposer or selected contractor. Proposers shall not include any such expenses as part of the price proposed in response to this RFP. AMBAG shall be held harmless and free from any and all liability, claims, or expenses whatsoever incurred by, or on behalf of, any person or organization responding to this RFP. E. Signature The proposal will also provide the following information: name, title, address, and telephone number of individual with authority to bind the consultant or consultant firm and also who may be contacted during the period of proposal evaluation. The proposal shall be signed by an official 6
9 authorized to bind the consultant or consulting firm and shall contain a statement to the effect that the proposal is a firm offer for at least a ninety (90) day period. Execution of the contract is expected by no later than September 10, F. Conflict of Interest Statement Consultants and consultant firms submitting proposals in response to this RFP must disclose to AMBAG any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided under Agreement for consultant services to be awarded pursuant to this RFP. If the consultant or firm has no conflict of interest, a statement to that effect shall be included in the proposal. The selected consultant shall refrain from and disclose subsequent potential conflicts during this contract. Consultant shall at all times avoid conflicts of interest, or the appearance of conflicts of interest, in the performance of this contract. Consultant shall file statements of financial interest on forms provided by AMBAG to the extent and at all times required by AMBAG s Conflict of Interest Code and applicable law. G. Contract Arrangements The successful consultant is expected to utilize the AMBAG Agreement for Services which included as Attachment B. G1. Disadvantaged Business Enterprise (DBE) Policy: It is the policy of the U.S. Department of Transportation (USDOT) that minority and women owned business enterprises (hereby referred to as DBEs) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. G2. DBE Obligation: The recipient or its subcontractor agrees to ensure that DBEs have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all recipients or subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of USDOT assisted contracts. G3. Title VI of the Civil Rights Act of 1964: The contractor agrees to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (49 USC 2000d) and the regulations of the U.S. Department of Transportation issued there under in 49 CFR Part 21. G4. Equal Employment Opportunity: In connection with the performance of the contract, the contractor shall not discriminate against any employee or applicant for employment because of race, color, age, creed, sex or national origin. 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. Each proposal, to be considered responsive, must include the following: 7
10 (1) A copy of the consultant's affirmative action policy (applicable for firms with 50 or more employees) (2) Discussion of the consultant's program for use of DBEs in the performance of this work, including the following: The names and addresses of DBE firms that will participate The description of the work each named firm will perform The dollar amount of participation by each DBE firm H. Americans with Disabilities Act (ADA) Provisions To comply with the nondiscrimination requirements of the Americans with Disabilities Act (ADA), it is the policy of AMBAG to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable modification to participate in the procurement process, or for persons having questions regarding reasonable modifications of the procurement process, you may contact the AMBAG representative listed in this RFP. IMPORTANT: To ensure that we can meet your need for ADA accommodations, it is best that we receive your request for reasonable modification at least 10 working days before the scheduled event (i.e., meeting, conference, workshop, etc.) or deadlines due date for procurement documents. In order to ensure the proposal is in compliance with Federal ADA guidelines, Proposers should review the Federal ADA guidelines at I. Alternative Protest Process This procurement is being conducted under the provisions of the Alternative Protest Process. By submitting a proposal to this solicitation conducted under the Alternative Protest Process, the Proposer agrees that all protests of the proposed award shall be resolved by binding arbitration. During the protest period, any participating Proposer may protest the proposed award on the following grounds: For major information technology acquisitions that there was a violation of the solicitation procedure(s) and that the protesting Proposer s proposal should have been selected; or For any other acquisition that the protesting Proposer s proposal should have been selected in accordance with the selection criteria in the solicitation document. A written notice of intent to protest the proposed award of this solicitation must be received (facsimile acceptable) by the project manager before the close of business 4:00 p.m. PDT on the third (3rd) day after notifying the Proposer of intent to award, as specified in the solicitation timeline. Failure to submit a timely, written notice of intent to protest waives the Proposer s right to protest. The Proposer is to send the notice of intent to protest to the project manager at the following address: 8
11 Heather Adamson Director of Planning Association of Monterey Bay Area Governments 445 Reservation Road, Suite G Marina, CA Fax: Within seven (7) business days after the last day to submit a notice of intent to protest, the AMBAG project manager must receive from the protesting Proposer the complete protest filing including the signed, written, detailed statement of protest including exhibits, filing fee and deposit or small business certification, as applicable. Untimely submission of the complete protest filing waives the Proposer s right to protest. The protest bond amount for this Alternative Protest Process shall be ten percent (10%) of the contract amount as specified in the solicitation. J. Requirements Protests Protests regarding any issue other than selection of the successful Proposer are requirements protests to be heard by the Executive Director, or his or her designee, and may be appealed to, heard, and resolved by the Executive Committee of AMBAG, whose decision will be final. Before a requirements protest is submitted, the Proposer must make full and timely use of the procedures outlined in this RFP. This procurement procedure is designed to give the Proposer and AMBAG adequate opportunity to submit questions and discuss the requirements, proposals and counter proposals before the Final Proposal is due. The protest procedure is made available in the event that a Proposer cannot reach a fair agreement with AMBAG after exhausting these procedures. All protests to the RFP requirements must be received by the Executive Committee as promptly as possible, but not later than the respective time and date as noted in this RFP for such protests. Requirements protests must be mailed or delivered to: AMBAG Executive Committee 445 Reservation Road, Suite G Marina, CA Incorporation of Attachments The following documents are attached and incorporated by reference if the box next to document title is marked. RFP Attachment A Cost Estimate RFP Attachment B Draft Agreement for Services 9
12 COST ESTIMATE RFP ATTACHMENT A Project: Consultant: Services will commence on mm/dd/yy and be fully completed on mm/dd/yy. Combined Overhead (%) + Task 1: Description Actual Loaded* Labor Hours Rate/Hr Rate/Hr Amount Total Date Due Name Classification $0.00 $0.00 $0.00 $0.00 mm/dd/yy Name Classification $0.00 $0.00 $0.00 $0.00 Name Classification $0.00 $0.00 $0.00 $0.00 $0.00 Task 2: Description Name Classification $0.00 $0.00 $0.00 $0.00 mm/dd/yy Name Classification $0.00 $0.00 $0.00 $0.00 Name Classification $0.00 $0.00 $0.00 $0.00 $0.00 Task 3: Description Name Classification $0.00 $0.00 $0.00 $0.00 mm/dd/yy Name Classification $0.00 $0.00 $0.00 $0.00 Name Classification $0.00 $0.00 $0.00 $0.00 $0.00 Other Direct Costs Item 1 Classification $0.00 $0.00 $0.00 $0.00 mm/dd/yy Item 2 Classification $0.00 $0.00 $0.00 $0.00 $0.00 Total Hours: Total Cost: $0.00 * Loaded hourly rate: includes labor overhead, fringe benefit, and general administrative expenses (% of total direct labor cost) Loaded hourly rate calculation: $ actual hourly rate x (1 + combined of overhead & fringe %) x (1 + fee %) Name and Title of Authorized Representative (typed) Date Signature of Authorized Representative Date 10
13 DRAFT AGREEMENT FOR SERVICES RFP ATTACHMENT B THIS AGREEMENT is made and entered into this xxx day of September, 2015, by and between the Association of Monterey Bay Area Governments, hereinafter called "AMBAG," and the xxx, hereinafter called "Consultant." WITNESSETH WHEREAS, as the Metropolitan Planning Organization (MPO) for the tri-county region of Monterey, San Benito and Santa Cruz counties the Association of Monterey Bay Area Governments (AMBAG) is responsible for preparing a Sustainable Communities Strategy (SCS) as part of the Metropolitan Transportation Plan (MTP). WHEREAS, AMBAG needs to obtain certain technical and/or specialized services of an independent consultant to assist AMBAG in the most economical manner; and WHEREAS, Consultant has the requisite skill, training, qualifications, and experience to render such services called for under this Agreement with AMBAG; and WHEREAS, pursuant to its annual Overall Work Program (OWP), AMBAG will be engaged in many activities and projects that will require certain technical, professional or support services to update the Regional Growth Forecast; and NOW, THEREFORE, AMBAG and Consultant for the considerations hereinafter set forth, mutually agree as follows: THE PARTIES HEREBY AGREE AS FOLLOWS: 1. SCOPE OF SERVICES. Consultant shall perform those services as specified in detail in Exhibit "A," entitled "Project Tasks/Services, Timeline and Budget," which is attached hereto and incorporated herein. 2. TERM OF AGREEMENT. The term of this Agreement shall be from September 2015 to June SCHEDULE OF PERFORMANCE. The services of Consultant are to be completed according to the schedule set out in Exhibit "A," entitled "Project Tasks/Services, Timeline, and Budget," which is attached hereto and incorporated herein. Consultant will diligently proceed with the agreed Scope of Services and will provide such services in a timely manner in accordance with the "Project Tasks/Services, Timeline, and Budget." 4. COMPENSATION. The compensation to be paid to Consultant including both payment for professional services and reimbursable expenses as well as the rate and schedule of payment are set out in Exhibit "A" entitled "Project Tasks/Services, Timeline, and Budget," which is attached hereto and incorporated herein. 5. METHOD OF PAYMENT. 16
14 Except as otherwise provided in Exhibit "A" each month, Consultant shall furnish to AMBAG a statement of the work performed for compensation by the 30th of the each monthly period. Such request for payment shall cover the work completed during preceding monthly period. In addition, a statement of reimbursable expenses shall be furnished at the end of each month. Such statement shall include a detailed record of the actual reimbursable expenditures. 6. INDEPENDENT CONTRACTOR. It is understood and agreed that Consultant, in the performance of the work and services agreed to be performed by Consultant, shall act as and be an independent contractor and not an agent or employee of AMBAG and as an independent contractor, shall obtain no rights to retirement benefits or other benefits which accrue to AMBAG employees, and Consultant hereby expressly waives any claim it may have to any such rights. 7. ASSIGNABILITY. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of AMBAG, and any attempt by Consultant to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 8. INSURANCE. A. Errors and Omissions Insurance. Consultant shall not be required to obtain and maintain throughout the term of this Agreement a professional liability insurance policy (Errors and Omissions). 9. NON-DISCRIMINATION. Consultant shall not discriminate, in any way, against any person on the basis of age, sex, race, color, creed, national origin or disability in connection with or related to the performance of this Agreement. 10. TERMINATION. A. AMBAG and Consultant shall have the right to terminate this Agreement, without cause, by giving not less than thirty (30) days written notice of termination. B. If Consultant fails to perform any material obligations under this Agreement, in addition to all other remedies provided by law, AMBAG may terminate this Agreement immediately upon written notice. C. The Executive Director is empowered to terminate this Agreement on behalf of the AMBAG Board of Directors. D. In the event of termination, Consultant shall deliver to AMBAG copies of all work papers, schedules, reports and other work performed by Consultant, Consultant shall be paid in full for services performed and acceptable to AMBAG and actual reimbursable expenses incurred to the date of termination. 11. COMPLIANCE WITH LAWS. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state and local governments. 17
15 12. GOVERNING LAW. Agency and Consultant agree that the law governing this Agreement shall be that of the State of California. Any suit brought by either party against the other arising out of the performance of this Agreement shall be filed and maintained in the Municipal or Superior Court of the County of Monterey. 13. PRIOR AGREEMENTS AND AMENDMENTS. This Agreement represents the entire understanding of the parties as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may only be modified by a written amendment. 14. CONFIDENTIAL INFORMATION. All data, documents, discussions or other information developed or received by or for Consultant in performance of this Agreement are confidential and not to be disclosed to any person except as authorized by the Executive Director or his designee, or as required by law, nor shall the data or information be used for any purpose other than to perform duties under this contract. 15. OWNERSHIP OF MATERIALS. All reports, documents or other materials developed or received by Consultant or any other person engaged directly by Consultant to perform the services required hereunder shall be and remain the property of AMBAG without restriction or limitation upon their use. 16. COVENANT AGAINST CONTINGENT FEES. The Consultant covenants that Consultant has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure the Agreement, and that Consultant has not paid or agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fees, commissions, percentage, brokerage fee, gift, or any other consideration contingent on or resulting from the award or making of this Agreement, for breach or violation of this covenant, the Agency shall have the right to annul this Agreement without liability, or in its discretion, to deduct from the contract price or consideration or otherwise recover, the full amount of such fee, commission, percentage fee, gift, or contingency. 17. WAIVER. Consultant agrees that waiver by AMBAG, any one or more of the conditions of performance under this Agreement shall not be construed as waiver of any other condition of performance under this Agreement. 18. CONFLICT OF INTEREST. A. A Consultant shall avoid all conflict of interest or appearance of conflict of interest in performance of this Agreement. B. No member, officer, or employee of AMBAG, during their tenure, or for one (1) year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof and Consultant agrees not to allow, permit, grant, transfer or otherwise do 18
16 anything which will result in such member, officer, or employee of AMBAG from having such interest. 19. AUDIT BOOKS AND RECORDS. Consultant shall make available to AMBAG, its authorized agents, officers and employees, for examination any and all ledgers and books of account, invoices, vouchers, canceled checks and other records or documents evidencing or related to the expenditures and disbursements charged to the AMBAG, and shall furnish to AMBAG, its authorized agents and employees, such other evidence or information as Agency may require with respect to any such expense or disbursement charged by Consultant. 20. NOTICES. All notices shall be personally served or mailed, postage prepaid, to the following addresses, or to such other address as may be designated by written notice by the parties: IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year first above written. AMBAG: Signature: Name: Maura F. Twomey Title: Executive Director Association of Monterey Bay Area Governments (AMBAG) Signature: Name: Jerry Muenzer Title: Board President Association of Monterey Bay Area Governments (AMBAG) CONSULTANT Signature: Name: Title: 19
17 APPROVED TO AS TO FORM: By: Don Freeman, AMBAG Legal Counsel P.O. Box 805, Carmel CA
18 EXHIBIT A. PROJECT TASKS/SERVICES, TIMELINE, AND BUDGET. 21
19 EXHIBIT B. DEBARMENT AND SUSPENSION CERTIFICATION 22
20 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION 1. All persons or firms, including Subcontractor(s), must complete this certification and certify, under penalty of perjury, that, except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, officer, or manager: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; b. Have not, within the three (3) year period preceding this certification, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction, violation of Federal or state antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses listed in subparagraph (1)(b) of this certification; and d. Have not, within the three (3) year period preceding this certification, had one or more public transactions (Federal, state, and local) terminated for cause or default. 2. If such persons or firms later become aware of any information contradicting the statements of paragraph (1), they will promptly provide that information to AMBAG. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of actions. The certification in this clause is a material representation of fact relied upon by AMBAG. If it is later determined that the CONTRACTOR knowingly rendered an erroneous certification, in addition to remedies available to AMBAG, the Federal Government may pursue available remedies, including but not limited to suspension 23
21 and/or debarment. The CONTRACTOR agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. Name of Firm Signature (original signature required) Date 24
22 EXHIBIT C. FEDERAL TAX FORM W-9, REQUEST FOR TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION 25
Request 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
AGREEMENT 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
THE 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
BENTON 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.
MINNESOTA 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
THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK.
CONSULTANT CONTRACT Resolution No. - STATE OF TEXAS COUNTY OF DALLAS THIS CONTRACT is made and entered into by and between the CITY OF DALLAS, a Texas municipal corporation, of Dallas County, Texas, (hereinafter
Duluth 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: [email protected] Bid # 041-16-0304.1
AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **
AGREEMENT FOR CONSULTING SERVICES () Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. ** THIS AGREEMENT is made and entered into as of this day of, 20 (the Effective Date ) by and between
REQUEST FOR PROPOSALS. Curriculum Evaluation Services. for. Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014
REQUEST FOR PROPOSALS Curriculum Evaluation Services for Network Security/Computer Forensics Associate Degree program ISSUE DATE: December 8, 2014 PROPOSAL MUST BE RECEIVED BY: December 19, 2014 by 4:30
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services
IOWA LOTTERY AUTHORITY BID 16-03 Security Assessment Services SECTION 1. OVERVIEW AND BID PROCEDURES. 1.0 Introduction and Background. The purpose of this Request for Bid is to solicit proposals from qualified
CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910. SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time
CITY OF SHORELINE REQUEST FOR PROPOSAL RFP 7910 SharePoint Consulting Submit No Later Than February 11, 2015 4:00 p.m. Exactly Pacific Local Time The City of Shoreline, Washington is soliciting proposals
FLORIDA 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,
LAWRENCE-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
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
INDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME
GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME This GOODS AND SERVICES AGREEMENT ("Agreement") is entered into and effective [DATE], by and
MARYLAND 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
SAMPLE 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
Ceres 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
SERVICES AGREEMENT. In consideration of the rights and obligations herein set forth, the parties do hereby agree as follows:
SERVICES AGREEMENT THIS AGREEMENT is between, with offices at (hereinafter referred to as COMPANY ), and the University of Delaware, a nonprofit institution of postsecondary education chartered under the
-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C.
-AGREEMENT BETWEEN THE COUNTY OF SAN MATEO AND MTG MANAGEMENT CONSULTANTS, L.L.C. THIS AGREEMENT, entered into this 16th day of August, 2005, by and between the COUNTY OF SAN MATEO, hereinafter called
BOROUGH 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
COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2012 - Edition 1 THIS CONTRACT is made and entered into this 16 th day of April, 2013, by and between the COUNTY OF MARIN, hereinafter
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245
CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245 Notice is hereby given that the City of Lemoore is soliciting proposals
Request 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
INSURANCE AGENT AGREEMENT
INSURANCE AGENT AGREEMENT THIS INSURANCE AGENT AGREEMENT is made, 200_ by and between Athens Area Health Plan Select, Inc. ( AAHPS or the Plan ), and ( Agent ). RECITALS: WHEREAS, AAHPS is licensed to
1. 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
THE STATE OF TEXAS Neighborhood Matching Grant COUNTY OF TARRANT Program Agreement
THE STATE OF TEXAS Neighborhood Matching Grant COUNTY OF TARRANT Program Agreement THIS NEIGHBORHOOD MATCHING GRANT PROGRAM AGREEMENT (hereafter Agreement ) is made and entered into on this day of, 2016,
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email [email protected] May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
PROFESSIONAL SERVICES CONSULTING AGREEMENT
PROFESSIONAL SERVICES CONSULTING AGREEMENT THIS AGREEMENT, effective as of the date of (the Effective Date ), is by and between New Jersey Institute of Technology ("NJIT"), a public research university,
TOWNSHIP 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,
Request 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
COUNTY 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
AGREEMENT 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
Commonwealth 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
SMART. 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
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
SERVICE 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
CONSULTANT AGREEMENT
Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES
REQUEST FOR PROPOSALS FOR TELEPHONE SYSTEM ADMINISTRATIVE AND SUPPORT SERVICES LEGISLATIVE COUNCIL SERVICE 411 STATE CAPITOL SANTA FE, NEW MEXICO 87501 (505) 986-4600 ISSUE DATE: June 19, 2015 NOTICE The
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES
CITY OF LINDEN REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES CITY OF LINDEN Contract Term January 1, 2015 through December 31, 2015 SUBMISSION DEADLINE 9:30 AM November 13, 2014 10:00 a.m.
INDEPENDENT CONTRACTOR SERVICES AGREEMENT
INDEPENDENT CONTRACTOR SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 2010, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal corporation, whose
ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY
ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY THIS EXCLUSIVE LISTING AGREEMENT (this Agreement ), dated, is made and entered into by and between as owner
MIDDLESEX 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
Agent Agreement WITNESSETH
PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE
AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION LUMP SUM) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway
Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS
COMMUNITY DEVELOPMENT DEPARTMENT NEIGHBORHOOD PRESERVATION DIVISION 500 Castro Street Post Office Box 7540 Mountain View, California 94039 7540 650 903 6379 FAX 650 962 8502 Request for Proposals WEB-BASED
EXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
City 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)
(INSERT NAME OF FIRM)
MASTER AGREEMENT FOR CONSULTING SERVICES (INSERT NAME OF FIRM) THIS AGREEMENT is made and entered into as of the day of by and between South Tahoe Public Utility District, hereinafter referred to as "DISTRICT"
COUNTY 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,
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT
City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response
Terms and Conditions for Tax Services
Terms and Conditions for Tax Services In the course of delivering services relating to tax return preparation, tax advisory, and assistance in tax controversy matters, Brady, Martz & Associates, P.C. (we
PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION)
PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100,000.00 IN COMPENSATION) This Agreement made the day of (the Effective Date ), by and between
REQUEST 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.
BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT
BENCHMARK MEDICAL LLC, BUSINESS ASSOCIATE AGREEMENT This BUSINESS ASSOCIATE AGREEMENT ( Agreement ) dated as of the signature below, (the Effective Date ), is entered into by and between the signing organization
ATTACHMENT 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
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
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
AGREEMENT 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
PROFESSIONAL/CONSULTING SERVICES AGREEMENT
This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an
Small 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
Services Agreement Instruction Sheet
Delta-T Group POB 884 Bryn Mawr, PA 19010 Phone: 800-251-8501 FAX: 610-527-9547 www.delta-tgroup.com Services Agreement Instruction Sheet We thank you for your interest in Delta-T Group. Below please find
EXHIBIT 1 Standard Contract Addendum
EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature
CONSULTING AGREEMENT
CONSULTING AGREEMENT Agreement No. 2000398 Agreement dated 3/28/2000 by and between UserEdge Technical Personnel. ("USEREDGE") and CONSULTANT S CO., Tax ID No.99-9999999, including individually and collectively,
Infinedi 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
AGREEMENT. Solicitor Without Per Diem Compensation
Solicitor Without Per Diem Compensation AGREEMENT Products underwritten by: American General Life Insurance Company Houston, Texas The United States Life Insurance Company in the City of New York New York,
How To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
How To Pay A Contract With Neustar
Neustar Referral Partnership Agreement This NEUSTAR REFERRAL AFFILIATE PARTNERSHIP AGREEMENT ( Agreement ) is made and entered into between Neustar, Inc. a Delaware Corporation, located at 46000 Center
City of Scotts Valley INTEROFFICE MEMORANDUM
DATE: January 15, 2014 City of Scotts Valley INTEROFFICE MEMORANDUM Agenda Item Date: 1-15-2014 TO: FROM: SUBJECT: Honorable Mayor and City Council Corrie Kates, Community Development Director/Deputy City
SERVICES 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
MIDDLESEX 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
STANDARD AGREEMENT FOR CONSULTANT SERVICES. THIS AGREEMENT, made and entered into in the City of Modesto, State of
STANDARD AGREEMENT FOR CONSULTANT SERVICES THIS AGREEMENT, made and entered into in the City of Modesto, State of California, this day of, 20, ( Effective Date ) by and between the CITY OF MODESTO, a municipal
To 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
OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
RECITALS. WHEREAS, VENDOR is a company and a provider of technology services for business, government and education;
ATTACHMENT 9 AGREEMENT FOR CONSULTING SERVICES BETWEEN AND THE CLEVELAND PUBLIC LIBRARY This Agreement is made and entered by and between with a principal place of business at and the BOARD OF TRUSTEES
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
CONSULTING SERVICES AGREEMENT
CONSULTING SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is entered into on / /, between SCWOA ("Consultant"), a CA corporation with its principal place of business located at PO Box 1195, Pacifica,
ARCHITECTURAL 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
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR
AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION
INVESTMENT CONSULTING SERVICES AGREEMENT
INVESTMENT CONSULTING SERVICES AGREEMENT THIS INVESTMENT CONSULTING SERVICES AGREEMENT ( Agreement ), is made by and between [INSERT NAME OF CONSULTANT] ( Investment Consultant ) and the PARK EMPLOYEES
Please read and execute the attached Los Angeles World Airports (LAWA) Non-Disclosure Agreement (NDA).
INSTRUCTIONS FOR COMPLETING THE LOS ANGELES WORLD AIRPORTS NON-DISCLOSURE AGREEMENT Please read and execute the attached Los Angeles World Airports (LAWA) Non-Disclosure Agreement (NDA). The LAWA NDA must
MANAGEMENT AGREEMENT
Revised 9/19/2013 MANAGEMENT AGREEMENT In consideration of the covenants herein contained (hereinafter called "Owner") and Rudulph Real Estate, Inc. (hereinafter called "Agent"), agree as follows: 1. EMPLOYMENT:
LTC ELITE, LLC MEMBERSHIP AGREEMENT
LTC ELITE, LLC MEMBERSHIP AGREEMENT This Membership Agreement (this Agreement ) is made and entered into effective, (the Effective Date ), by and between LTC Elite, LLC, a Texas limited liability company
CONSULTING SERVICES AGREEMENT
CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is dated as of the latest date set forth on the signature page hereto (the Effective Date ) and is entered into by and
CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").
Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties
DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES
ATTACHMENT 1 DRAFT AUDITOR SERVICES CONTRACT AGREEMENT FOR AUDITOR SERVICES THIS AGREEMENT, made and entered into on XXX XX, 2013, by and between the ORANGE COUNTY VECTOR CONTROL DISTRICT, (hereinafter
**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.**
**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF 00-05.** **OPERATOR** Do a global search and replace the word *NAME* with CONTRACTOR,
CERTIFICATIONS 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
Proposal Writing - A Cover Letter of Compliance
1.0 Submission Requirements: SECTION I INFORMATION & INSTRUCTIONS 1.1 The complete original proposal must be submitted in a sealed package and received in accordance with the instructions detailed in the
STATE 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
