State of Minnesota Department of Employment and Economic Development

Size: px
Start display at page:

Download "State of Minnesota Department of Employment and Economic Development"

Transcription

1 State of Minnesota Department of Employment and Economic Development Request for Proposals for Intermediary Services under a Department of Labor Employment and Training Administration Pay for Success Pilot Program Date: October 8, 2012 SPECIAL NOTICE: This Request for Proposals (RFP) does not obligate the State of Minnesota or the Minnesota Department of Employment and Economic Development to award a contract or complete the proposed program, and the State reserves the right to cancel this RFP if it is considered in its best interest.

2 This page is intentionally blank 2 P a g e

3 Table of Contents I. Introduction... 1 II. Process... 6 III. Response Requirements... 7 IV. Selection Process and Criteria V. General Requirements a. Information and Declaration Letter b. Certification Regarding Lobbying c. Affirmative Action Certificate d. Affidavit of Non-Collusion e. Veteran-Owned Preference Form f. Sample Professional/Technical Services Contract VI. Attachment A: Solicitation for Grant Applications 3 P a g e

4 PART I: Introduction REQUEST FOR PROPOSALS Minnesota Department of Employment and Economic Development Department of Labor / Employment and Training Administration Pay for Success Pilot Program A. Request for Proposals Intermediary Services The purpose of this Request for Proposals (RFP) is to secure the services of a highly qualified Intermediary Entity to enter into a contract for services with the Minnesota Department of Employment and Economic Development (DEED) as required under the attached U.S. Department of Labor / Employment and Training Administration (See Attachment A: SGA): Announcement Type: Solicitation for Grant Applications (SGA) Pay for Success Pilot Projects Funding Opportunity Number: SGA/DFA PY Catalog of Federal Domestic Assistance (CFDA) Number: Intent of RFP: The Intermediary Entity shall, in accordance with the above noted Department of Labor/Employment and Training Administration (DOL/ETA) Pay for Success grant opportunity: a. Enter into a contract for services with DEED; b. Work with the Governor s Workforce Development Council and other partner stakeholders in the development of a Return-on-Investment (ROI) methodology; c. Be responsible for achieving the negotiated outcome(s) for an identified target population by contracting with service delivery providers willing to undertake a defined intervention; d. Raise funds from investors to cover the operating costs of achieving the outcomes until the release of federal funds after successfully meeting defined goals; e. Have the flexibility to change or modify its service delivery methods and providers; and f. Collect and share data with DEED and a third party independent outcome evaluator as required. In a Pay for Success model, the designated Intermediary is required to provide financial / investment capital to cover the operating costs of achieving a target outcome, either from its own funds or from other private investor resources. Payment of the committed funds by DEED is contingent upon the achievement and independent validation of negotiated 4 P a g e

5 outcomes. A full description of proposed funding scenario is described in Attachment A: SGA. Please note that the contract for services entered into between the DEED and the successful applicant will be contingent upon Minnesota being awarded a grant by the DOL/ETA under the funding opportunity. Moreover, the contract for services is also contingent upon the availability of Federal appropriations that may be necessary to implement the agreement. Submission of Minnesota s Pay for Success grant proposal is due to the Department of Labor no later than December 11, Grant awards under the DOL solicitation must be made before September 30, The successful responder is expected to assist Minnesota in the preparation of its grant application relating to SGA/DFA PY (see Attachment A: SGA). However, please note that the successful responder will not be reimbursed for its assistance provided in the preparation of the grant application. Further implementation of the contract for services is entirely contingent upon Minnesota being awarded a grant under the SGA. Assuming a successful grant application process and grant award, the period of service delivery relating to the grant award will be up to 36 months from the date of grant award (see Attachment A: SGA for additional information). Six more months are available for measurement, documentation and validation of outcome results, and submission of payment requests to the Federal government, and a final six months are available to the DOL to approve and disburse payment. Total pilot project period is expected to run a full 48 months from date of federal contract issuance. The original state contract period will be a two year contract, with options to renew for two one-year periods. Also, please note that payment for services is contingent upon the achievement and independent validation of negotiated outcomes. The Intermediary will not be paid if it does not achieve validated negotiated outcomes. This request for proposals does not obligate the State to award a contract or complete the project, and the state reserves the right to cancel the solicitation if it is considered to be in its best interest. Prospective responders who have any questions regarding this request for proposal may contact by only: Connie J. Christenson: Connie.christenson@state.mn.us Answers to all questions (received by the due date) will be distributed on the date indicated in the Timetable. Answers will be found on DEED s web page dedicated to the project: Other state personnel are NOT authorized to discuss this request for proposal with responders before the proposal submission deadline. Contact regarding this RFP with any personnel other than Ms. Christenson could result in disqualification. 5 P a g e

6 B. Minnesota Department of Employment and Economic Development Minnesota s Department of Employment and Economic Development is the state s primary advocate for job creation and economic growth through workforce development and is eligible for assistance under Title I of the Workforce Investment Act (WIA) of The Department administers Minnesota s unemployment insurance system and workforce centers that connect job seekers with employers to build a workforce that helps Minnesotan businesses compete in today s global economy. The Department serves as the State s principal source for labor market information and offers a variety of services designed to help businesses find workers and people find jobs. Additional information regarding the Department can be found at C. Goal A key objective of this solicitation is to establish a partnership that will be instrumental in managing and evaluating the Minnesota Pay for Success Pilot Program. This includes being able to demonstrate the ability to work closely with DEED, other state agencies, service providers, providers of working capital, and the many interested parties in the community who are seeking ways to improve the delivery of workforce development services. To accomplish this objective, DEED seeks assistance in the design, administration / management, and evaluation of the Pay for Success Pilot Program, including analysis and consultation in the areas of: Program design and development Monitoring and tracking service providers outcomes Arranging sources of working capital for service providers Develop service provider contracts and schedule of payments Manage provider performance, contracts, and payments Evaluation design to determine the extent to which the program services are driving changes in state revenues or expenditures. Calculation of return on investment in partnership with the Governor s Workforce Development Council (GWDC) housed within DEED and other partners. Data collection to determine the extent to which the service provider is meeting the state s return on investment goal and the terms of the performance contract Other issues related to the administration of the pilot program The Intermediary will establish an ongoing relationship with DEED in all areas of program development to provide continuing analysis, consultation and advice. DEED must approve program design, contracts, return on investment criteria, provider payments, the sources of working capital, the evaluation design, and other key areas of program management. D. Minnesota DEED s Responsibilities Minnesota s Department of Employment and Economic Development will oversee the implementation of the contract resulting from this RFP. Department staff will maintain contact with the selected Intermediary and monitor performance of the contract. The proposed sources of funding for the activities outlined in this RFP are indicated in the Attached Solicitation for Grant Applications (SGA). 6 P a g e

7 Please note that any resulting agreement shall be deemed in effect to the extent of the monies available to DEED and no liability on account thereof shall be incurred by DEED beyond monies available for the purpose thereof. II. Process for Response Submission A. Responders Conference: A Responders Conference will not be held for this solicitation. B. Mandatory Notice of Intent to Respond (ITR) Those organizations intending to submit a response to this RFP should submit an indicating that fact. ITR s should be sent to the following address: connie.christenson@state.mn.us. ITR s should be received by the next business day after the distribution of Answers to questions. C. Response Due Date Responses must be received in hard copy format no later than the date and time indicated in the Timetable and delivered to the address noted below. Any responses or unsolicited amendments to responses received after the due date and time will not be considered in the review process. No electronically submitted final documents will be accepted. Minnesota DEED takes no responsibility for any third party error in the delivery of responses (e.g. U.S. Post Office, Federal Express, UPS, courier, etc.). III. Response Requirements - Format and Content Responses will consist of a technical response and a cost proposal. To ensure that all responses are evaluated on the same basis, all of the following must be included. Responses should also be organized in the sequence described below. A. Mandatory Requirements (Scored as Pass/Fail) The following will be considered on a pass/fail basis: 1. Proposals must be received on or before the due date and time specified in this solicitation. B. Technical Response (20 page maximum single sided) a. Due Diligence Assessment Capabilities: The intermediary will be required to vet and select effective service providers, evaluators, and other partners to create a successful partnership. i. Describe your organization s process and capabilities in effectively conducting due diligence assessments. b. Financial Modeling and Deal Structuring Capabilities: The intermediary will be responsible for designing the detailed financial modeling required as the basis for the deal structure. 7 P a g e

8 i. Describe how your organization has demonstrated capabilities in financial modeling and deal structuring. c. Ability to Raise Capital: Intermediaries must be able to raise capital for this novel investment opportunity. i. Describe your organization s track record in raising investment capital for new ventures. d. Target Population and Proposed Intervention: Intermediary will help to identify a high cost population and proposed intervention to meet project ROI strategy. i. Describe your recommended target population supported by existing data and define the intervention which addresses the needs of this high cost population resulting in an ROI to satisfy the requirements of the SGA. e. Adult Workforce Development Knowledge: The intermediary must have indepth and up-to-date broad subject matter knowledge in adult workforce development. i. Describe your organization s in-depth and up-to-date knowledge and/or experience in adult workforce development or the ability to acquire this knowledge. f. Familiarity with Workforce Service Delivery: The intermediary must be familiar with workforce service delivery systems in order to scale the delivery of services to constituents i. Demonstrate your organization s familiarity and/or experience with workforce service delivery systems. g. Project Management Capabilities: The intermediary will be responsible for managing the full portfolio of implementing organizations and their program interventions. i. Describe your organization s track record of managing a number of organizations and with varying program interventions. h. Ability to Manage to Outcomes: Project requires effective management to outcomes, including rigorous program planning and tracking of outcomes. i. Describe your organization s ability to manage to outcomes (e.g., effectively plan your programs and set targets against outcomes). i. Ability to Analyze and Use Data: An intermediary must be able to conduct detailed financial analysis to effectively use program and outcomes data to make decisions. i. Outline your organization s ability to effectively analyze and make decisions based on data. j. Impact Assessment Literacy: An intermediary must understand and be able to effectively manage impact assessments in order to determine program results and therefore ultimate performance payments- in order to effectively manage this process. i. Describe your organization s understanding of and/or experience in impact assessments. 8 P a g e

9 k. Technical Assistance / Capacity Training Capabilities: the intermediary will provide or help stakeholders access technical assistance and capacity training to enable the development of new capabilities. i. Outline your organization s experience directly providing or providing access to technical assistance and capacity training. l. Commitment to Expanding Knowledge: The pilot project will generate knowledge about evidence-based programs and scaling which should be shared with the field. i. Describe how your organization will support sharing lessons learned. m. Local Relationships: The intermediary must maintain close working relationships with local stakeholders that will be crucial to the success of the pilot project. i. Outline your organization s relationship structure with local stakeholders. n. Duration and Quality of Partnerships: The project will require close coordination of 5 or more stakeholders over multiple years in a dynamic setting. i. Describe your organization s track record of high-quality, long-term relationships with partners, including managing associated challenges. o. Commitment to Partnership Approach: To have successful implementation of the Pay for Success pilot project will require the intermediary to have close collaboration between service providers, intermediaries, and evaluation advisors to assess the impact of the intervention and modify as suggested by ongoing monitoring. i. Describe your organization s willingness to engage in a close collaboration to support ongoing assessment and iteration on the intervention being scaled through the pilot project. p. Experience With Performance-Based Government Contracts i. As this is a new form of performance-based contract, describe your organization s organization ability to work under performance-based contracts and provide detailed information on any previous projects. Provide both success stories and lessons learned. q. Strength of Top Leadership: It is mandatory that the intermediary leadership have strategic insight, experience, and collaboration skills in order to achieve our desired impact. i. Describe how your leadership team has demonstrated: -Skills and appetite for analytical and strategic thinking -Meaningful depth and breadth of experience -Ability to work together effectively and prioritize actions to create impact r. Strength of Board Leadership: The intermediary s Board requires a comfort level with the learning involved in implementing novel tools and the associated public exposure and risk. i. How has your Board demonstrated its commitment to the Pay for Success Pilot Project given the associated learning and risks. 9 P a g e

10 s. Staff Capabilities: the intermediary s staff must have the appropriate analytical skills (e.g., financial modeling), cultural sensitivities (e.g., local relationships and knowledge), and project management capabilities (e.g., stakeholder management) i. Identify key project implementation staff highlighting their relevant qualifications and skills t. Ability to Attract, Develop, and Retain Staff: To effectively manage the Pay for Success project, the intermediary may have to add capacity. i. Describe your organization s ability to attract, develop, and retain relevant talent. u. Internal Financial Management Capabilities: Intermediary must have demonstrated effective management of a multiyear budget. i. Describe your internal financial planning and management. v. Strength of Administration and Program Functions: intermediaries are required to have high functioning, effective and efficient administration and program management to ensure interventions are effectively implemented (e.g., communication, HR, IT, legal) i. Describe your organizations capacity in administration and program management. w. Capacity: Please provide information demonstrating your ability and capacity to provide services requested, including a list of current and future projects that may limit your ability to provide services to the State. x. Experience and References: Please provide a list of current client for whom you are providing similar services and include with that list no fewer than three (3) references, including and telephone contact information. C. The contents of this RFP and the submitted proposal of the successful Intermediary may become part of the awarded contract. Failure by any responder to include the following information or statements in the proposal may result in its being declared unacceptable or non-responsive, and it may receive no further consideration. At a minimum, the following must be incorporated into your proposal: a. Transmittal Letter. A transmittal letter must accompany the proposal. The letter must be in the form of a standard business letter and be signed, in ink, by an individual authorized to legally bind the contractor. b. Narrative: Twenty page maximum (8.5 x 11 papers, single side printing) excluding required attachments. Provide five copies of your proposal. c. Font: 12 point type with appropriately legible line spacing. D. Response Forwarding Instructions and Format 1. Address: Connie J. Christenson MN DEED s Office of Innovation and Strategic Alliances Suite E200 First National Bank Building 332 Minnesota Street St. Paul, MN P a g e

11 2. A cover sheet with the following information is to be attached to the proposal. This cover sheet does not count towards maximum page limit. a. Name of Responder s Firm b. Federal Tax Identification Number c. Minnesota Tax Identification Number d. Corporate status. If non-profit, please provide your IRS letter of authorization (will not count against maximum page limit) e. Principal Place of Business f. Address g. City h. State and Zip i. Contact Person j. Title k. Telephone l. address 3. The technical proposal should be packed in a sealed envelope with the title of the RFP, and the respondent s name and address clearly displayed on the exterior of the envelope. RFP Timetable: Late proposals will not be considered. Event Day / Date Time Solicitation Release Date MN State Register 10/08/2012 Deadline for Vendor Questions 10/19/ :00 AM CST Deadline for Answers to Vendor Questions 10/22/ :00 AM CST Deadline for Submission of Mandatory Intent to Bid 10/29/2012 4:00 PM CST Deadline for Submission of Offer 10/31/2012 4:00 PM CST Estimated End of Evaluation & Selection Process 11/09/2012 All costs incurred in responding to this RFP will be borne by the responder. Please Note: Any agreement resulting from this RFP will require the final approval of the Minnesota Office of the Attorney General and the Commissioner of the Department of Employment and Economic Development. D. Cost Detail Identify the financial requirements to provide the requested level of service outlined in III.A. Identify the level of the Department s participation in the contract, as well 11 P a g e

12 as any other services to be provided by the department and details of cost allowances for this participation. For the purpose of your response, please identify the fixedprice cost and cost based on percentage taken as a fee for service for the following federal grant award amounts, as set forth below: Grant Amount Awarded Fixed Price Fee Percentage Fee $2,000,000 $6,000,000 $12,000,000 Please make sure to submit your cost proposal in a separate, sealed envelope. 1. Submit the following forms as attachments to your cost proposal: i. Certification Regarding Lobbying ii. Affirmative Action Certificate iii. Affidavit of Non-Collusion iv. Veteran-Owned Preference Form (if applicable) E. General Requirements All responses and accompanying documentation will become the property of the Minnesota Department of Employment and Economic Development and will not be returned. The content of each responder's response will be held in strict confidence during the bid evaluation process, and no details of the response will be discussed outside of the evaluation process. Please note, however, that in some circumstances contents of a responder s response may be disclosed in conjunction with Minnesota s Freedom of Information Law. The successful responder's response and portions of the RFP deemed applicable by the Minnesota Department of Employment and Economic Development will be made part of the contract. Therefore, an official authorized to commit the company to a contract must sign the response. IV. Selection Process and Criteria A. Evaluation of Responses All responses received by the deadline will be evaluated by a Technical Review Committee consisting of representatives of the Department of Employment and Economic Development and internal and external content specialists. Proposals will first be reviewed for responsiveness to determine if the minimum requirements have been met. Proposals that fail to meet minimum requirements will not advance to the next phase of the evaluation. DEED reserves the right, based on the scores of the proposals, to create a short-listing of vendors who have received the highest scores to be interviewed for further presentation to the Technical Review Committee. DEED reserves the right to seek the best and final offers from one or more responders. A 100-point scale will be used to create the final evaluation 12 P a g e

13 recommendation with the technical portion of the rating criteria weighted at 100% of the total. DEED reserves the ability to re-score a proposal upon completion of the personal interview and presentation. B. Evaluation Process The evaluation process will be conducted as follows: All responses received by the deadline will be evaluated by representatives of the Department of Employment and Economic Development. Proposals will first be reviewed for responsiveness to determine if the minimum requirements have been met. Proposals that fail to meet minimum requirements will not advance to the next phase of the evaluation. The State reserves the right, based on the scores of the proposals, to create a short-listing of vendors who have received the highest scores to interview, or conduct demonstrations/presentations. The state reserves the right to seek best and final offers from one or more responders. C. Method of Selection The method of selection will be based on a point system with the technical portion of the rating criteria weighted at 100% of the total. D. Evaluation Factors: Score is based on percentages as indicated. The factors and weighting on which proposals will be judged are: 1. Expressed understanding and plan for providing requested services based on responses to Article III.A; including but not limited to (Section III (A)(a-v)): (60%) Program structure and management Feasibility study of potential investor pool and proposed level of investment Plan for service providers working capital needs during the pendency of the pilot project Financing plan and budget for required RFP services 2. Demonstration of ability and capacity to provide services requested as demonstrated by client experience and references (Section III(A)(w-x)). (10%) 3. Cost Detail (30%) 4. Presentations and Interviews. The Technical Review Committee (TRC) reserves the right to conduct an interview and receive a presentation from the top scoring Responders. The TRC may provide the finalists with a set of questions in advance of the presentation. Finalists may be asked to submit additional information. The TRC may re-score based on the above described requirements. The Commissioner, or an authorized designee, will review the award decisions and may accept or reject the recommendation of the TRC. DEED reserves the 13 P a g e

14 V. General Requirements right to make an award without further clarification of the proposal received. Therefore, it is important that each proposal be submitted with the most complete manner possible. Only the top proposals will advance. Affidavit of Non-collusion Each responder must complete the attached Affidavit of Non-collusion and include it with the response. Conflicts of Interest Responder must provide a list of all entities with which it has relationships that create, or appear to create, a conflict of interest with the work that is contemplated in this request for proposals. The list should indicate the name of the entity, the relationship, and a discussion of the conflict. Proposal Contents By submission of a proposal, Responder warrants that the information provided is true, correct and reliable for purposes of evaluation for potential contract award. The submission of inaccurate or misleading information may be grounds for disqualification from the award as well as subject the responder to suspension or debarment proceedings as well as other remedies available by law. Disposition of Responses All materials submitted in response to this RFP will become property of the State and will become public record in accordance with Minnesota Data Practices Act, Chapter 13, after the evaluation process is completed. Pursuant to the statute, completion of the evaluation process occurs when the government entity has completed negotiating the contract with the selected vendor. If the Responder submits information in response to this RFP that it believes to be trade secret materials, as defined by the Minnesota Data Practices Act, Chapter 13, the Responder must: clearly mark all trade secret materials in its response at the time the response is submitted, include a statement with its response justifying the trade secret designation for each item, and defend any action seeking release of the materials it believes to be trade secret, and indemnify and hold harmless the State, its agents and employees, from any judgments or damages awarded against the State in favor of the party requesting the materials, and any and all costs connected with that defense. This indemnification survives the State s award of a contract. In submitting a response to this RFP, the Responder agrees that this indemnification survives as long as the trade secret materials are in possession of the State. The State will not consider the prices submitted by the Responder to be proprietary or trade secret materials. Notwithstanding the above, if the State contracting party is part of the judicial branch, the release of data shall be in accordance with the Rules of Public Access to Records of the Judicial 14 P a g e

15 Branch promulgated by the Minnesota Supreme Court as the same may be amended from time to time. Contingency Fees Prohibited Pursuant to Minnesota Statutes Section 10A.06, no person may act as or employ a lobbyist for compensation that is dependent upon the result or outcome of any legislation or administrative action. Sample Contract You should be aware of the State s standard contract terms and conditions in preparing your response. A sample State of Minnesota Professional/Technical Services Contract is attached for your reference. Much of the language reflected in the contract is required by statute. If you take exception to any of the terms, conditions or language in the contract, you must indicate those exceptions in your response to the RFP; certain exceptions may result in your proposal being disqualified from further review and evaluation. Only those exceptions indicated in your response to the RFP will be available for discussion or negotiation. Reimbursements Reimbursement for travel and subsistence expenses actually and necessarily incurred by the contractor as a result of the contract will be in no greater amount than provided in the current "Commissioner s Plan promulgated by the commissioner of Employee Relations. Reimbursements will not be made for travel and subsistence expenses incurred outside Minnesota unless it has received the State s prior written approval for out of state travel. Minnesota will be considered the home state for determining whether travel is out of state. Organizational Conflicts of Interest The responder warrants that, to the best of its knowledge and belief, and except as otherwise disclosed, there are no relevant facts or circumstances which could give rise to organizational conflicts of interest. An organizational conflict of interest exists when, because of existing or planned activities or because of relationships with other persons, a vendor is unable or potentially unable to render impartial assistance or advice to the State, or the vendor s objectivity in performing the contract work is or might be otherwise impaired, or the vendor has an unfair competitive advantage. The responder agrees that, if after award, an organizational conflict of interest is discovered, an immediate and full disclosure in writing must be made to the Assistant Director of the Department of Administration s Materials Management Division ( MMD ) which must include a description of the action which the contractor has taken or proposes to take to avoid or mitigate such conflicts. If an organization conflict of interest is determined to exist, the State may, at its discretion, cancel the contract. In the event the responder was aware of an organizational conflict of interest prior to the award of the contract and did not disclose the conflict to MMD, the State may terminate the contract for default. The provisions of this clause must be included in all subcontracts for work to be performed similar to the service provided by the prime contractor, and the terms contract, contractor, and contracting officer modified appropriately to preserve the State s rights. Preference to Targeted Group and Economically Disadvantaged Business and Individuals In accordance with Minnesota Rules, part , subpart B and Minnesota Rules, part , certified Targeted Group Businesses and individuals submitting proposals as prime contractors will receive a six percent preference in the evaluation of their proposal, and 15 P a g e

16 certified Economically Disadvantaged Businesses and individuals submitting proposals as prime contractors will receive a six percent preference in the evaluation of their proposal. Eligible TG businesses must be currently certified by the Materials Management Division prior to the solicitation opening date and time. For information regarding certification, contact the Materials Management Helpline at , or you may reach the Helpline by at mmdhelp.line@state.mn.us. For TTY/TDD communications, contact the Helpline through the Minnesota Relay Services at Veteran-Owned Preference In accordance with Minnesota Statute 16C.16, subd. 6a, veteran-owned businesses with their principal place of business in Minnesota and verified as eligible by the United States Department of Veterans Affairs Center for Veteran Enterprises (CVE Verified) will receive up to a 6 percent preference in the evaluation of its proposal. Eligible veteran-owned small businesses include CVE verified small businesses that are majorityowned and operated by either recently separated veterans, veterans with service-connected disabilities, and any other veteran-owned small businesses (pursuant to Minnesota Statute 16C.16, subd. 6a). Information regarding CVE verification may be found at Eligible veteran-owned small businesses should complete and sign the Veteran-Owned Preference Form in this solicitation. Only eligible, CVE verified, veteran-owned small businesses that provide the required documentation, per the form, will be given the preference. Human Rights Requirements For all contracts estimated to be in excess of $100,000, responders are required to complete the attached Affirmative Action Data page and return it with the response. As required by Minnesota Rule , It is hereby agreed between the parties that Minnesota Statute 363A.36 and Minnesota Rule are incorporated into any contract between these parties based upon this specification or any modification of it. A copy of Minnesota Statute 363A.36 and Minnesota Rule are available upon request from the contracting agency. Certification Regarding Lobbying Federal money will be used or may potentially be used to pay for all or part of the work under the contract, therefore the Responder must complete the attached Certification Regarding Lobbying and submit it as part of its proposal. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion. Federal money will be used or may potentially be used to pay for all or part of the work under the contract, therefore the Responder must certify the following, as required by the regulations implementing Executive Order Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered Transactions Instructions for Certification 16 P a g e

17 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause 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 lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to whom this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had 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 meaning set out in the Definitions and Coverage s sections of rules implementing Executive Order You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this response 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 proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transaction, 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 a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs 8. 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. 9. 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 proposed for debarment under 48 C.F.R. 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the federal government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions 17 P a g e

18 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where 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. Insurance Requirements A. Contractor shall not commence work under the contract until they have obtained all the insurance described below and the State of Minnesota has approved such insurance. Contractor shall maintain such insurance in force and effect throughout the term of the contract. B. Contractor is required to maintain and furnish satisfactory evidence of the following insurance policies: 1. Workers Compensation Insurance: Except as provided below, Contractor must provide Workers Compensation insurance for all its employees and, in case any work is subcontracted, Contractor will require the subcontractor to provide Workers Compensation insurance in accordance with the statutory requirements of the State of Minnesota, including Coverage B, Employer s Liability. Insurance minimum limits are as follows: $100,000 Bodily Injury by Disease per employee $500,000 Bodily Injury by Disease aggregate $100,000 Bodily Injury by Accident If Minnesota Statute exempts Contractor from Workers Compensation insurance or if the Contractor has no employees in the State of Minnesota, Contractor must provide a written statement, signed by an authorized representative, indicating the qualifying exemption that excludes Contractor from the Minnesota Workers Compensation requirements. If during the course of the contract the Contractor becomes eligible for Workers Compensation, the Contractor must comply with the Workers Compensation Insurance requirements herein and provide the State of Minnesota with a certificate of insurance. 2. Commercial General Liability Insurance: Contractor is required to maintain insurance protecting it from claims for damages for bodily injury, including sickness or disease, death, and for care and loss of services as well as from claims for property damage, including loss of use which may arise from operations under the Contract whether the operations are by the Contractor or by a subcontractor or by anyone directly or indirectly employed by the Contractor under the contract. Insurance minimum limits are as follows: $2,000,000 per occurrence $2,000,000 annual aggregate $2,000,000 annual aggregate Products/Completed Operations 18 P a g e

19 The following coverage shall be included: Premises and Operations Bodily Injury and Property Damage Personal and Advertising Injury Blanket Contractual Liability Products and Completed Operations Liability State of Minnesota named as an Additional Insured 3. Commercial Automobile Liability Insurance: Contractor is required to maintain insurance protecting it from claims for damages for bodily injury as well as from claims for property damage resulting from the ownership, operation, maintenance or use of all owned, hired, and non-owned autos which may arise from operations under this contract, and in case any work is subcontracted the contractor will require the subcontractor to maintain Commercial Automobile Liability insurance. Insurance minimum limits are as follows: $2,000,000 per occurrence Combined Single limit for Bodily Injury and Property Damage In addition, the following coverage should be included: Owned, Hired, and Non-owned Automobile 4. Professional/Technical, Errors and Omissions, and/or Miscellaneous Liability Insurance This policy will provide coverage for all claims the contractor may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Contractor s professional services required under the contract. Contractor is required to carry the following minimum limits: $2,000,000 per claim or event $2,000,000 annual aggregate Any deductible will be the sole responsibility of the Contractor and may not exceed $50,000 without the written approval of the State. If the Contractor desires authority from the State to have a deductible in a higher amount, the Contractor shall so request in writing, specifying the amount of the desired deductible and providing financial documentation by submitting the most current audited financial statements so that the State can ascertain the ability of the Contractor to cover the deductible from its own resources. The retroactive or prior acts date of such coverage shall not be after the effective date of this Contract and Contractor shall maintain such insurance for a period of at least three (3) years, following completion of the work. If such insurance is discontinued, extended reporting period coverage must be obtained by Contractor to fulfill this requirement. 19 P a g e

20 C. Additional Insurance Conditions: Contractor s policy(or policies) shall be primary insurance to any other valid and collectible insurance available to the State of Minnesota with respect to any claim arising out of Contractor s performance under this contract; If Contractor receives a cancellation notice from an insurance carrier affording coverage herein, Contractor agrees to notify the State of Minnesota within five (5) business days with a copy of the cancellation notice, unless Contractor s policy(policies) contain a provision that coverage afforded under the policy(policies) will not be cancelled without at least thirty (30) days advance written notice to the State of Minnesota; Contractor is responsible for payment of Contract related insurance premiums and deductibles; If Contractor is self-insured, a Certificate of Self-Insurance must be attached; Contractor s policy(policies) shall include legal defense fees in addition to its liability policy limits, with the exception of B.4 above; Contractor shall obtain insurance policy(policies) from insurance company(companies) having an AM BEST rating of A- (minus); Financial Size Category (FSC) VII or better, and authorized to do business in the State of Minnesota; and An Umbrella or Excess Liability insurance policy may be used to supplement the Contractor s policy limits to satisfy the full policy limits required by the Contract. D. The State reserves the right to immediately terminate the contract if the contractor is not in compliance with the insurance requirements and retains all rights to pursue any legal remedies against the contractor. All insurance policies must be open to inspection by the State, and copies of policies must be submitted to the State s authorized representative upon written request. E. The successful responder is required to submit Certificates of Insurance acceptable to the State of MN as evidence of insurance coverage requirements prior to commencing work under the contract. E-Verify Certification (In accordance with Minn. Stat. 16C.075) By submission of a proposal for services in excess of $50,000, Contractor certifies that as of the date of services performed on behalf of the State, Contractor and all its subcontractors will have implemented or be in the process of implementing the federal E-Verify program for all newly hired employees in the United States who will perform work on behalf of the State. In the event of contract award, Contractor shall be responsible for collecting all subcontractor certifications and may do so utilizing the E-Verify Subcontractor Certification Form available at All subcontractor certifications must be kept on file with Contractor and made available to the State upon request. 20 P a g e

21 CERTIFICATION REGARDING LOBBYING For State of Minnesota Contracts and Grants over $100,000 The undersigned certifies, to the best of his or her knowledge and belief 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 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 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. (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 subcontracts, sub grants, and contracts under grants, loans and cooperative agreements) and that all sub recipients 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 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. Organization Name Name and Title of Official Signing for Organization By: Signature of Official Date 21 P a g e

22 State Of Minnesota Affirmative Action Certification If your response to this solicitation is or could be in excess of $100,000, complete the information requested below to determine whether you are subject to the Minnesota Human Rights Act (Minnesota Statutes 363A.36) certification requirement, and to provide documentation of compliance if necessary. It is your sole responsibility to provide this information and if required to apply for Human Rights certification prior to the due date of the bid or proposal and to obtain Human Rights certification prior to the execution of the contract. The State of Minnesota is under no obligation to delay proceeding with a contract until a company receives Human Rights certification. BOX A For companies which have employed more than 40 full-time employees within Minnesota on any single working day during the previous 12 months. All other companies proceed to BOX B. Your response will be rejected unless your business: has a current Certificate of Compliance issued by the Minnesota Department of Human Rights (MDHR) or has submitted an affirmative action plan to the MDHR, which the Department received prior to the date the responses are due. Check one of the following statements if you have employed more than 40 full-time employees in Minnesota on any single working day during the previous 12 months: We have a current Certificate of Compliance issued by the MDHR. Proceed to BOX C. Include a copy of your certificate with your response. We do not have a current Certificate of Compliance. However, we submitted an Affirmative Action Plan to the MDHR for approval, which the Department received on (date). Proceed to BOX C. We do not have a Certificate of Compliance, nor has the MDHR received an Affirmative Action Plan from our company. We acknowledge that our response will be rejected. Proceed to BOX C. Contact the Minnesota Department of Human Rights for assistance. (See below for contact information.) Please note: Certificates of Compliance must be issued by the Minnesota Department of Human Rights. Affirmative Action Plans approved by the Federal government, a county, or a municipality must still be received, reviewed, and approved by the Minnesota Department of Human Rights before a certificate can be issued. BOX B For those companies not described in BOX A Check below. We have not employed more than 40 full-time employees on any single working day in Minnesota within the previous 12 months. Proceed to BOX C. BOX C For all companies By signing this statement, you certify that the information provided is accurate and that you are authorized to sign on behalf of the responder. You also certify that you are in compliance with federal affirmative action requirements that may apply to your company. (These requirements are generally triggered only by participating as a prime or subcontractor on federal projects or contracts. Contractors are alerted to these requirements by the federal government.) Name of Company: Authorized Signature: Printed Name: For assistance with this form, contact: Minnesota Department of Human Rights, Compliance & Community Relations Date Telephone number: Mail: The Freeman Building 625 Robert Street North, Saint TC Metro: (651) Toll Free: Paul, MN Web: Fax: (651) TTY: (651) compliance.mdhr@state.mn.us Title: Affirmative Action Certification Page, Revised 6/11 - MDHR

Multifamily Cost Estimator Contractor

Multifamily 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 information

Request for Proposals Consumer Decision Support Tools for the MNsure Website

Request for Proposals Consumer Decision Support Tools for the MNsure Website Request for Proposals Consumer Decision Support Tools for the MNsure Website Project Overview MNsure is requesting proposals to provide consumer decision support tools ( Tools ) for consumers shopping

More information

Update of the Minnesota Public Drainage Manual

Update of the Minnesota Public Drainage Manual Update of the Minnesota Public Drainage Manual Request for Proposal February 3, 2014 TABLE OF CONTENTS 1. OVERVIEW OF RFP 2. RFP NEED AND PURPOSE 3. OUTLINE OF ANTICIPATED PROJECT ACTIVITIES 4. PROPOSAL

More information

How to Comply With the Minnesota Contract Or Workers Compensation Insurance

How to Comply With the Minnesota Contract Or Workers Compensation Insurance Project Overview Background REQUEST FOR PROPOSALS (RFP) MNsure Advertising Campaign MNsure is an online health-insurance marketplace that facilitates the comparison, choice and purchase of health care

More information

REQUEST FOR PROPOSALS Email list/marketing services for Explore Minnesota Tourism

REQUEST FOR PROPOSALS Email list/marketing services for Explore Minnesota Tourism RFP Contents: REQUEST FOR PROPOSALS Email list/marketing services for Explore Minnesota Tourism I. Project Purpose II. Background III. Proposal Content & Submission IV. RFP Contact & Questions V. Proposal

More information

INDEPENDENT CONTRACTOR SERVICES AGREEMENT

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

More information

IT Professional Technical Services Master Contract Program 902TS

IT Professional Technical Services Master Contract Program 902TS IT Professional Technical Services Master Contract Program 902TS Issued By Statement of Work (SOW) For Technology Services Minnesota Department of Office of Enterprise Technology Project Title Minnesota

More information

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS

ATTACHMENT 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 information

Solicitation for Partnership Proposals for MNsure SHOP Lead Agencies

Solicitation for Partnership Proposals for MNsure SHOP Lead Agencies Solicitation for Partnership Proposals for MNsure SHOP Lead Agencies An Innovative Marketing & Sales Program for MNsure s Small Business Enrollment Center Initiative Table of Contents Project Overview...

More information

LMCIT Service Contract Insurance Recommendations

LMCIT Service Contract Insurance Recommendations LMCIT Service Contract Insurance Recommendations The type and amount of insurance should be determined on a case-by case basis dependent upon various factors such as the scope of work and the potential

More information

MINNESOTA DEPARTMENT OF HUMAN SERVICES. Nursing Facility Rates and Policy (NFRP) DIVISION REQUEST FOR PROPOSALS FOR A QUALIFIED GRANTEE(S) TO

MINNESOTA DEPARTMENT OF HUMAN SERVICES. Nursing Facility Rates and Policy (NFRP) DIVISION REQUEST FOR PROPOSALS FOR A QUALIFIED GRANTEE(S) TO MINNESOTA DEPARTMENT OF HUMAN SERVICES Nursing Facility Rates and Policy (NFRP) DIVISION REQUEST FOR PROPOSALS FOR A QUALIFIED GRANTEE(S) TO Implement small technologies that will enhance the quality of

More information

IT Professional Technical Services Master Contract Program T#:902TS

IT Professional Technical Services Master Contract Program T#:902TS IT Professional Technical Services Master Contract Program T#:902TS Statement of Work (SOW) For Technology Services Issued By Minnesota State Retirement System Project Title: System, Network and Operational

More information

IT Professional Technical Services Master Contract Program T#:902TS

IT Professional Technical Services Master Contract Program T#:902TS Service Categories: IT Professional Technical Services Master Contract Program T#:902TS Statement of Work (SOW) For Technology Services Issued By Minnesota IT Services (MN.IT Services) Project Title: DHS

More information

REQUEST FOR PROPOSALS (RFP) Minnesota Management and Budget Health Insurance Exchange Public Awareness Marketing/Outreach Campaign

REQUEST FOR PROPOSALS (RFP) Minnesota Management and Budget Health Insurance Exchange Public Awareness Marketing/Outreach Campaign REQUEST FOR PROPOSALS (RFP) Minnesota Management and Budget Health Insurance Exchange Public Awareness Marketing/Outreach Campaign Project Overview Background Under the Federal Patient Protection and Affordable

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL #74849 ROOF REPAIRS Department of Facilities Management Planning and Construction Minnesota State University, Mankato Facilities Purchasing Office Request for Proposal Roof Repairs

More information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION 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 information

CERTIFICATION OF COMPLIANCE WITH SMALL, DISADVANTAGED, MINORITY, WOMEN-OWNED, AND HISTORICALLY UNDERUTILIZED BUSINESS POLICY

CERTIFICATION 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 information

IT Professional Technical Services Master Contract Program T#:902TS

IT Professional Technical Services Master Contract Program T#:902TS IT Professional Technical Services Master Contract Program T#:902TS Statement of Work (SOW) For Technology Services Issued By Minnesota Management and Budget Project Title: Oracle/PeopleSoft HRMS 9.2 Upgrade

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

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

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

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

More information

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: 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

More information

IT Professional Technical Services Master Contract. Statement of Work (SOW) For Technology Services Issued by

IT Professional Technical Services Master Contract. Statement of Work (SOW) For Technology Services Issued by IT Professional Technical Services Master Contract Statement of Work (SOW) For Technology Services Issued by Minnesota Department of Transportation (Mn/DOT) Project Title: Service Categories: Data Management

More information

WorkLink Workforce Investment Board (effective July 1, 2015 WorkLink Workforce Development Board)

WorkLink 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 information

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT ADVERTISEMENT: REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT The WALTON COUNTY SCHOOL DISTRICT will receive

More information

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

The 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 information

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

State 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 information

Request for Proposals Contact Center Overflow Vendor

Request for Proposals Contact Center Overflow Vendor Request for Proposals Contact Center Overflow Vendor Project Overview MNsure is seeking a contact center overflow vendor to assist in providing Call Center services to include, but not restricted to: facilities;

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES 951 MARTIN LUTHER KING BLVD. KISSIMMEE, FL 34741 TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ 11-003 RATE CONSULTING SERVICES LEGAL ADVERTISEMENT TOHO WATER AUTHORITY RFQ 11-003 RATE CONSULTING

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

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

More information

SAMPLE SERVICES CONTRACT

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

More information

CONSULTANT AGREEMENT

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

More information

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT The Town of Avon is seeking written responses to a Request for Proposal (RFP) for services of a landscape architect

More information

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

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

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS THE JOB COUNCIL REQUEST FOR PROPOSALS PROFESSIONAL PROPERTY/CASUALTY AND WORKERS COMPENSATION INSURANCE BROKER OF RECORD The purpose of the Request for Proposal is to select the broker best qualified to

More information

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,

More information

INDEPENDENT CONTRACTORS AGREEMENT

INDEPENDENT CONTRACTORS AGREEMENT INDEPENDENT CONTRACTORS AGREEMENT THIS AGREEMENT entered into by and between (hereafter the Contractor ) and the Park District of Highland Park (hereafter Park District ). WHEREAS, Contractor will be performing

More information

TRUSTEES 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 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 information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

More information

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

Webb 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 information

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

UTAH 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 information

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS Contractor shall obtain insurance of the types and in the amounts listed below. A. COMMERCIAL GENERAL AND UMBRELLA

More information

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address. Request for Price Quotes For the provision of technical writing for the delivery of a policy and procedural manual for the Dutchess County Workforce Investment Board Issue Date September 24, 2015 Deadline

More information

Stephenson County, Illinois

Stephenson County, Illinois Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s

More information

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE

RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

MASTER 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 information

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE The following are excerpts from Caltrans 2010Standard Specifications. Specifications are subject to change so refer to the project

More information

1. Applicants must provide information requested in the section titled Required Information.

1. Applicants must provide information requested in the section titled Required Information. Lane County Health & Human Services Strategic Plan Development REQUEST FOR QUOTES Introduction Lane County Health & Human Services is interested in contracting with a consultant to help develop an updated

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

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

More information

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals

City of Minneapolis Community Planning and Economic Development Small Business Technical Assistance Program Request for Proposals Introduction The City is seeking proposals from local non-profit organizations that provide technical assistance services to small businesses and microenterprises located in Minneapolis. The total funding

More information

COC-Insurance Requirements Page 1 of 9

COC-Insurance Requirements Page 1 of 9 CITY OF CONCORD INSURANCE AND INDEMNIFICATION REQUIREMENTS (The 1 st two pages provide basic insurance requirements information.) Insurance Required: See below Sample in Contract Limits of Coverage: Additional

More information

REQUEST FOR PROPOSAL (RFP) FOR GRANTS MANAGEMENT SOFTWARE, LICENSING, INSTALLATION, TRAINING AND SUPPORT. for

REQUEST FOR PROPOSAL (RFP) FOR GRANTS MANAGEMENT SOFTWARE, LICENSING, INSTALLATION, TRAINING AND SUPPORT. for REQUEST FOR PROPOSAL (RFP) FOR GRANTS MANAGEMENT SOFTWARE, LICENSING, INSTALLATION, TRAINING AND SUPPORT for Iron Range Resources & Rehabilitation Board October 23, 2015 Page 1 of 46 TABLE OF CONTENTS

More information

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. 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 JBrown@santa-ana.org

More information

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows: NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred

More information

ADDENDUM NO. 1 TO RFP 9600-61: Locum Tenens Referrals

ADDENDUM 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 information

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY

More information

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control

City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of

More information

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO PROPOSAL NUMBER: 13-02 DESCRIPTION: Administration of 401(a) and 457 Plans RECORDING DATE: 2/25/2013 The Board

More information

INFORMAL SOLICITATION Minnesota Department of Transportation (MnDOT) Comparison of Material Distribution Systems for Winter Maintenance Phase I

INFORMAL SOLICITATION Minnesota Department of Transportation (MnDOT) Comparison of Material Distribution Systems for Winter Maintenance Phase I INFORMAL SOLICITATION Minnesota Department of Transportation (MnDOT) Comparison of Material Distribution Systems for Winter Maintenance Phase I This document is available in alternative formats for persons

More information

-1- -2- -3- -4- -5- INSURANCE REQUIREMENTS FOR DEVELOPER EXTENSION AGREEMENTS 1.1 The developer shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies

More information

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

More information

5. Preparation of the State and Federal Single Audit Reports.

5. Preparation of the State and Federal Single Audit Reports. THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS 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 information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE 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 information

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline:

REQUEST FOR PROPOSALS. March 4, 2016, 17:00 pm Central European Time Closing Deadline: REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: MENA2016T06o Open Date:

More information

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors Certificate of Liability Insurance, Form ACORD25: Following are the insurance requirements of the State of Minnesota acting through its Board of Trustees of the Minnesota State Colleges and Universities,

More information

SECTION 3 AWARD AND EXECUTION OF CONTRACT

SECTION 3 AWARD AND EXECUTION OF CONTRACT SECTION 3 AWARD AND EXECUTION OF CONTRACT 3.01 CONSIDERATION OF BIDS: After the Proposals are opened and read, the approximate estimated quantity of each item multiplied by the unit price bid for that

More information

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS Without limiting CONTRACTOR's indemnification of COUNTY, and in the performance of this Contract and until all of its obligations pursuant to this

More information

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS Office of the Special Deputy Receiver 222 Merchandise Mart Plaza Suite 1450 Chicago, IL 60654 312-836-9500 www.osdchi.com REQUEST FOR PROPOSAL FOR POOL OF QUALIFIED CLAIMS EVALUATION SERVICE PROVIDERS

More information

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to.

INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT. and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Parties You, your, and yours refer to INDEPENDENT CONTRACTOR SUPPLIER AGREEMENT and include your affiliates. We, us, our, and ours refer to ConSol Partners, LLC. Client refers to. Services Provided We

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment 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 information

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford

REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR. Issued by the Town of Bedford REQUEST FOR PROPOSAL/QUALIFICATIONS FOR INDEPENDENT FINANCIAL ADVISOR Issued by the Town of Bedford Chris Burdick, Supervisor David Gabrielson, Deputy Supervisor Francis Corcoran Marybeth Kass Lisbeth

More information

UTAH 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 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 information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

More information

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells

More information

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 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

More information

BENTON COUNTY PERSONAL SERVICES CONTRACT

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.

More information

Department of Purchasing & Contract Compliance

Department of Purchasing & Contract Compliance Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water

More information

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 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 information

Columbia University Service Provider Agreement

Columbia University Service Provider Agreement Columbia University Agreement Agreement ( Agreement ) dated as of, 20 (the Effective Date ) between The Trustees of Columbia University in the City of New York ( Columbia ) and ( Service Provider ). 1.

More information

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

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,

More information

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION INTRODUCTION This is an AGREEMENT between you and Field Solutions, LLC ( Field Solutions ) that defines the terms and conditions for Field Solutions to engage you to provide services to our customers as

More information

TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL

TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL Project Name: MUNICIPAL AUDIT SERVICES RFP Due By: August 13, 2015, 2:00 P.M. RFP Submitted By: 1 REQUEST FOR PROPOSAL (RFP) ADVERTISEMENT

More information

SARPY 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 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 information

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center

More information

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent September 12, 2011 Re: 11ITB80101A-CJC-Locum Tenens Positions Staffing Services Dear Bidders: Attached is one (1) copy of Addendum 1, hereby made a part of the above referenced ITB. Except as provided

More information

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES The Town of Canton is soliciting proposals from professional architectural/engineering consultants for

More information

Addendum #1 Dated December 10, 2014

Addendum #1 Dated December 10, 2014 Addendum #1 Dated December 10, 2014 To the Request for Proposal (RFP) For Municipal Advisors Services State of Minnesota Department of Management and Budget Responses to Submitted Questions This addendum

More information

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 704-921-1912, Fax: 704-921-1914 Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC 28213 Phone: 7049211912, Fax: 7049211914 EXCLUSIVE PROPERTY MANAGEMENT AGREEMENT Longterm Rental Property This Exclusive

More information

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO. SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: June 15, 2015 BID NO.: 15-0118 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM

More information

Business Associate Agreement

Business Associate Agreement This Business Associate Agreement Is Related To and a Part of the Following Underlying Agreement: Effective Date of Underlying Agreement: Vendor: Business Associate Agreement This Business Associate Agreement

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

Request 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 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 information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

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

More information

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Request For Price. Work Schedule The project shall commence within a reasonable time of the request. Request For Price The Town of Somers is soliciting two (2) year contract proposals for emergency and non-emergency plumbing work at the following locations in Somers, New York 10589: Somers Town House,

More information