Request for Qualifications for Application Maintenance and Support RFQ #NCT-2016-1. Response Deadline: N o v e m b e r 1 1, 2 0 1 5



Similar documents
PROFESSIONAL/CONSULTING SERVICES AGREEMENT

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

SMART. This proposal must be returned by: December 22, :00pm

Request for Proposal (RFP) for Contract Management

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

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

CERTIFICATIONS REGARDING LOBBYING; DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS AND DRUG-FREE WORKPLACE REQUIREMENTS

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

To Whom It May Concern:

EXHIBIT 1 Standard Contract Addendum

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

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

IOWA LOTTERY AUTHORITY BID Security Assessment Services

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

How To Write A Contract Between College And Independent Contractor

BROKER AND CARRIER AGREEMENT

Columbia University Service Provider Agreement

NPSA GENERAL PROVISIONS

PURCHASE ORDER TERMS AND CONDITIONS

GOODS AND SERVICES AGREEMENT BETWEEN SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY AND COMPANY/CONTRACTOR NAME

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

BENTON COUNTY PERSONAL SERVICES CONTRACT

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

Service Agreement Hosted Dynamics GP

PROFESSIONAL SERVICES AGREEMENT BETWEEN UNIVERSITY OF NORTH TEXAS SYSTEM AND DESIGN PROFESSIONAL (MORE THAN $100, IN COMPENSATION)

Terms and Conditions for Tax Services

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES

Insurance Producer Agreement

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

REFERRAL ENDORSER AGREEMENT - ADDITIONAL TERMS AND CONDITIONS

CONSULTANT AGREEMENT

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

COMPUTER SERVICES AGREEMENT

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

CITY OF BONITA SPRINGS, FLORIDA RFP #

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

INDEPENDENT CONTRACTOR AGREEMENT

Request for Proposal for. Identity Theft Protection Services. RFP No Sealed Proposals will be received until April 2, 2015 at 3pm

Conditions of Supply of Internet Services

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

REQUEST FOR QUALIFICATIONS

CONSULTANT AGREEMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

Terms and Conditions for Purchase Orders for Recycling Materials

BROKER/SHIPPER AGREEMENT

Purchase Order Addendum

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

ELECTRONIC RECORDING VENDOR MEMORANDUM OF UNDERSTANDING

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

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

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

Entee Global Services General Terms and Conditions

WASTE SERVICES & DISPOSAL AGREEMENT. By: By: Name: Name: Title: Title:

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

BUSINESS ASSOCIATE AGREEMENT

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Terms and Conditions v

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

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

Supplier Representations and Certifications

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

SMARSH WEBSITE & HOSTING REPRESENTATIVE TERMS & CONDITIONS

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

QSP INFORMATION AT A GLANCE

INDEPENDENT CONTRACTOR AGREEMENT FOR HEALTH CARE PROVIDERS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

LAWRENCE-DOUGLAS COUNTY HOUSING AUTHORITY. REQUEST FOR QUALIFICATIONS For a PRIVATE DEVELOPMENT PARTNER

COMPUTER AND INFORMATION TECHNOLOGY MANAGED SERVICES AGREEMENT

AGENT AGREEMENT. I. Agent s Obligations

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

St. Andrews Public Service District

CITY OF LEAWOOD. Independent Contractor Agreement

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

Standard conditions of purchase

LABOR PERMITS, TAXES, CERTIFICATIONS

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

California Solar Initiative (CSI) Program 2007 Reservation Request Form and Program Contract [follows the second page Reservation Request form]

CITY OF LEMOORE REQUEST FOR PROPOSALS FOR CREDIT CARD PROCESSING SERVICE. City of Lemoore Finance Department 119 Fox St Lemoore, CA 93245

Transcription:

North Central Texas Council of Governments Request for Qualifications for Application Maintenance and Support RFQ #NCT-2016-1 Issued October 26, 2015 Response Deadline: N o v e m b e r 1 1, 2 0 1 5 NCTCOG Offices 616 Six Flags Drive (Centerpoint Two) Arlington, TX 76011 Contact: Merrily Carey, Administrative Assistant 817.704.2520 mcarey@nctcog.org

OVERVIEW NCTCOG is requesting maintenance, support, and development services for a custom web application that was developed to manage employee health benefits eligibility information for the Public Employee Benefits Cooperative (PEBC). This application is internally supported by the Research & Information Services (RIS) department, and RIS will manage the awarded contract. The contract will cover services from January 1, 2016 to December 31, 2016 and can be renewed annually for up to four additional years beyond the initial year. DESCRIPTION OF APPLICATION PURPOSE AND FUNCTIONALITY The PEBC web application supports the administrative functionality required for PEBC to receive benefits data from participating entities, validate the data against known business rules, and send benefits data to appropriate vendors. In addition, there are many archiving, reporting, and auditing features that allow PEBC to administer historical benefits data. PEBC is responsible for administering the benefits data for over 28,000 individuals including employees and dependents. This includes benefits such as Medical, Dental, Vision, Flex Accounts, and Health Savings Accounts. This is an ASP.NET MVC 5.0 web application hosted in Microsoft Azure utilizing a Platform as a Service (PaaS) approach by implementing Azure SQL Database services, Azure Storage services, and Azure web and worker roles. It includes a highly customized business rules engine built on the NRules framework and processes approximately 200 custom rules per week. This includes approximately 130 validation rules, 60 change rules and 10 apply change rules. There are approximately 10 users of the system with 2 to 3 concurrent users expected at any point in time. Source control/version control is accomplished through Visual Studio Online. The application handles these core processes: Bridge 1 is the process that occurs every Tuesday by which incoming files are received from the entities that participate in the PEBC program and the files are processed to ensure data quality through a variety of business rules. These rules can be as simple as validating appropriate data types. However, many rules are fairly complex and validate eligibility requirements for a variety of benefits plans based on the employee and their associated dependents. Bridge 1 handles: o File arrival with automated email notifications o File processing validation with business rules (see Sample Validation Rules worksheet in Appendix A Sample Validation and Change Rules.xlsx for examples). tests for data changes from week to week (see Sample Change Rules worksheet in Appendix A Sample Validation and Change Rules.xlsx for examples). applying appropriate changes to the database Bridge 2 is the process of delivering files to vendors every Wednesday. A vendor is a benefit provider that receives the final benefit plan information to apply to their internal system. Each vendor requires a specific file format and file transfer method which are configurable within the PEBC web application. Email confirmations for file delivery/receipt are supported within the PEBC system. Bridge 2 handles:

o Generate vendor files o Zip and encrypt files o FTP files to vendors o Email confirmations Bridge 3 is the process where entities send payroll data to PEBC on a bi-weekly basis. This process occurs every Thursday due to staggered pay schedules that differ between entities. The PEBC system is used to run a comparison against historical payroll data to generate a mismatch report. This report is used to determine the cause for changes in contributions and verify that vendors are receiving accurate payments. Bridge 3 handles: o File arrival from entity o Run mismatch tests Bridge 4 is the packaging/transfer process of the payroll files to vendors. Like Bridge 3, this process occurs every Thursday due to staggered pay schedules that differ between entities. The PEBC analysts perform QA processes to determine if any corrections/adjustments need to be made to the contribution amounts. Files are zipped/encrypted/transferred based on each vendor s specific requirements for how they can process the files internally. Bridge 4 handles: o Generate payroll files o Zip/encrypt/FTP file to vendor o Email confirmations The PEBC Census is the process by which a database snapshot is created to capture the current state of the data in the PEBC system. This process occurs monthly plus one extra at year end. Files are packaged and sent to vendors and entities to process any discrepancies with their internal system. Process diagram:

Annual Enrollment is the process where new eligibility data for the upcoming year is gathered and the system is prepared for a new year with new rules and data structure. This occurs primarily in the November early December timeframe and identifies/implements changes needed and prepares the new data for delivery and for file processing in the upcoming year. The data is run through tests and evaluated for integrity. Comparison reports with the current year baseline are made and provided to PEBC analysts. Once accepted by PEBC analysts, the new annual enrollment baseline becomes the upcoming year s official baseline (starting January 1) and both integrity and change rules are run against the new incoming files and their new schema. In early December, the new baseline with vendor-specific records is delivered to the vendors so they can implement in their in own systems. For a period in the upcoming year, entities will send older data from the previous year which runs against the previous year s rules and data structures. These are essentially updates to previous information, and often need to be sent to vendors as such. The Annual Enrollment process requires the following annual changes to the database and application source code: o Database updates Add any new columns to the baseline, archive, and annual enrollment tables Update any modified tables and columns in the baseline, archive, and annual enrollment tables Update required stored procedures and views Update repository routines for new and modified properties (C.R.U.D.) o Model updates Update application modelling in Entity Framework, Domain, and UI to accommodate new or modified tables and columns o Service Updates Update migration service for new or modified tables and columns Update data services effected by the additions and modifications o UI Updates Update data grid views for new and modified columns TECHNICAL SPECIFICATIONS The application is comprised of the following frameworks, products, environments and components. 3rd Party Frameworks/Software These frameworks must be maintained and upgraded for system performance and stability: 1. Visual Studio 2013 Update 5 2. ASP.NET MVC 5 3. Bootstrap 3.3.4 4. CsvHelper 2.10.0 5. NRules 0.4.3 6. Entity Framework 6.1.3 7. jquery 2.1.3 8. Knockoutjs 3.3.0

9. SingalR 2.2.0 10. Owin Security 3.0.1 11. Ninject 3.2.1 12. Log4Net 2.0.3 13. PgpSharp 1.4.0 14. WinSCP 5.7.5 15. FileHelper 3.1.5 16. JSNLog 2.9.1.0 NCTCOG Frameworks These frameworks must be maintained and upgraded for system performance and stability: 1. Migration Services - Performs an on-demand data port from old PEBC2015 database to new PEBC database format 2. Repository Services - Interface between Entity Framework model data and all services requesting data operations - C.R.U.D. 3. Rules Engine Services - Houses all business rules including incoming, parsing, changes, and apply changes 4. SFTP Service - Sends files securing over SFTP, FTP, and FTPS as requested by the entities and vendors 5. Email Service - Sends automated template emails to vendors and entities as required 6. Encryption Service - Encrypts/decrypts sensitive files and data as required by vendors and entities 7. Zip Service - Zips files for sending to entities and vendors 8. File Services - Create space delimited files required by the vendors and entities 9. Azure Storage Service - Give the UI and services access to blob storage and automates file encryption 10. Azure Worker and Web Roles - Workers process asynchronous operations such as running business rules against incoming files. Web role is the deployed web application itself and houses certification and the web pages. Security Components These components are critical to web application security and operation: 1. PEBC Local and Azure certificates for HTTPS operations 2. Data encryption 3. Anti-forgery tokens for web page security and vulnerability protection 4. Security log files 5. PEBC Identity Services Cloud Components and Frameworks 1. Azure SQL Database V12 (requires database tuning, optimization, maintenance and backups) 2. Azure Storage 4.4.1 3. Azure SDK for.net 2.6 4. Blob Storage Maintenance

5. Queue Maintenance 6. Publish Database 7. Publish Web Application Technical Architecture Application Environments The PEBC web application is supported in three separate environments: 1. Development a. Used for testing new software releases

b. Only mocked data is allowed c. Used as the penetration testing/vulnerability testing environment 2. User Acceptance Testing (UAT) a. Business users have access to test new software releases and provide signoff b. Only software releases that have passed the penetration/vulnerability testing phase should be published to UAT c. Built on the same platform with the same standards as the Production environment 3. Production a. Used for day-to-day production processes b. Only software releases that have been signed off through the UAT environment should be published to Production Change Management This formal change management process is required for any release that moves past the Development environment: Step Sprint Planning Development Publish to Development Environment Vulnerability Scan Description The project team reviews the current set of user stories and assigns development tasks based on priority. Developers write code in their local application environment along with a local database to implement changes for each development task. All code and data resides locally and does not leave the development machine which has an encrypted hard drive. Live data can be used in the local environment to test business rule functionality as long as it is isolated to local resources. Developers publish the application code to the Development environment in Azure. No logins are enabled with the exception of a test login that will be used for vulnerability scanning. This environment should be seen as volatile and will only be used for scanning vulnerabilities within the application. No live data should ever be used in the Development environment. A designated resource in the RIS department will run a scan of the development environment with the latest application updates applied. Microsoft requires a form to be submitted and approved before any vulnerability tests can be executed against any Azure environment, so this form will need to be submitted 7 days prior to the scan date. After the scan is finished, the report needs to be sent to the Information Security Officer as well as the application developers and RIS project team for review.

Vulnerability Remediation Publish to User Acceptance Testing (UAT) Environment Sprint Review Publish to Production Environment If no vulnerabilities are found then the application can be published into the User Acceptance Testing (UAT) environment. All vulnerabilities found in the scanning process are reviewed and prioritized based on risk level. Once fixes are applied, then the application will be published to the development environment and the vulnerability scan will be executed against the updated application. All critical vulnerabilities must be addressed before moving forward to the next environment. Once all vulnerabilities are addressed then developers can publish to the UAT environment. This environment is secured exactly as the production environment, so live data can be used to test business rule functionality. Logins are enabled for all users that are approved for access into the production system. This environment is used by PEBC to test all application logic and functionality. The project team reviews the current set of bugs/issues found during the UAT process to include in the next Sprint Planning phase. After all parties have signed off on testing, the application will be published to the production environment. REQUIREMENTS AND QUALIFICATIONS Respond to this section as Exhibit 1 Contract Service Provider must show qualifications to provide expert programming capabilities and quality support services. For each requirement in this section, explain why you are qualified to meet the requirement and include any supporting details. Contract Service Provider must have the skills, experience, and qualifications to support and maintain the application and environments described above. If your staff assigned to this contract do not have experience with the specific version of any of the products, tools or frameworks listed above, note that in your response. Contract Service Provider must provide phone support and a web or email-based ticketing system to submit requests and report issues. Contract Service Provider must provide support between the hours of 8 AM to 5 PM (Central Standard Time), Monday through Friday. Contract Service Provider must provide an option for 24 x 7 x 365 support at an additional cost. If you have any holidays or other periods where you will be unavailable for support, note that in your response. Support resources for Contract Service Provider must provide excellent customer service and must be able to speak in clear and understandable English. Contract Service Provider must acknowledge receipt of new issue reports and requests within one business hour of submittal, or within one hour if a 24 x 7 x 365 agreement is in place. Contract Service Provider must resolve issues in a timely manner. Issues that result in the

system being substantially or completely inoperative or nonfunctional must be resolved as quickly as possible. If a workaround is used to provide an expedited resolution, a permanent resolution must be provided within a reasonable timeframe. Contract Service Provider must be able to handle most support and maintenance work remotely (off-site from the NCTCOG offices). Contract Service Provider must be willing to travel to NCTCOG offices if necessary. Contract Service Provider must follow modern coding techniques and best practices when updating the source code or database. Contract Service Provider must document all system changes in writing and use NCTCOG s Visual Studio Online version control to manage the source code and submit code changes. Contract Service Provider must have an efficient hiring process and a support/development team that is large enough to be able to maintain effective service levels in the event of turnover to avoid a gap in service. Contract Service Provider must be financially stable and at least 5 years old. Include the age of company. If the division offering support services was created after the company was founded, include the division age. Contract Service Provider must be willing to and capable of providing maintenance and support through December 31, 2020. The awarded contract will cover January 1, 2016 to December 31, 2016 and can optionally be renewed in writing by mutual agreement between both parties for up to four more years, for a total of 5 years from contract start. Contract Service Provider must ensure that all data remain onshore in the United States. Contract Service Provider must have knowledge of HIPAA, HITECH and Affordable Care Act requirements and experience with development of healthcare eligibility and enrollment software that meets those requirements within the Azure environment. Contract Service Provider must comply with the Business Associate Agreement (see Appendix B - Contractor Business Associate Agreement.doc). This includes but is not limited to: Encryption-at-Rest Database encryption File encryption Encryption-in-Transit SSL over HTTPS FTPS and SFTP file transfer Penetration/Vulnerability Testing Access controls Application user account management Database login/user/role management

Admin user management for access to Azure Portal Event Logging and Monitoring Knowledge of HIPAA/HITECH policies and procedures related to data breaches OPTIONAL CUSTOM DEVELOPMENT SERVICES Respond to this section as Exhibit 2 In addition to general maintenance and support of the application, Contract Service Provider must be capable of developing new features if requested, at an additional cost. Explain your qualifications and describe your process, methodology, tools, etc. in the following areas: Project management and initiation Communication Discovery, assessment and scoping Development User acceptance testing Change management Training Production deployment Change orders COSTS Respond to this section as Exhibit 3 Hourly Rates List your hourly rates and descriptions for the following positions/services: Tier 1 support Tier 2 support Tier 3 support Project Manager Business Analyst Solutions Architect Web Developer Senior Web Developer Database Administrator Custom Development Project Cost List the total estimated cost for a 1000-hour custom development project to add new features and functionality to the PEBC application that includes all phases of project from initiation to completion. Optionally include comments and details if needed.

Annual Support Costs List the total estimated annual cost for each of the following annual support scenarios in the Total Estimated Annual Cost / Comments column and optionally include comments/details if needed: Support Hours 8AM to 5PM CST Mon- Fri 24 x 7 x 365 Scenarios Resolution Time in Business Days for Critical Issue Resolution 1 day for 2 days for quick fix, 5 quick fix, days for 15 days for permanent permanent fix fix Total Hours Per Year 250 hrs per year (~21 hrs per month) 1000 hrs per year (~83 hrs per month) Total Estimated Annual Cost / Comments X X X X X X X X X X X X X X X X X X X X X X X X

ASSIGNED STAFF/QUALIFICATIONS Respond to this section as Exhibit 4 Provide qualifications and biographies and/or resumes of key personnel who you are proposing to support this contract. Describe the role(s) that each person would perform in supporting this contract. REFERENCES Respond to this section as Exhibit 5 Include at least five references of customers with custom application support and development needs served in the last two years, with a description of the service provided. RFQ SUBMISSION INSTRUCTIONS Response must include: Cover letter including: o Contact information o Physical address (include main headquarters and nearest field office, if applicable) o Company background o Executive summary Response to Requirements and Qualifications section as Exhibit 1 Response to Optional Custom Development Services section as Exhibit 2 Response to Costs section as Exhibit 3 Response to Assigned Staff/Qualifications section as Exhibit 4 Response to References section as Exhibit 5 All completed Certifications pages below as Attachment A Response must be provided in electronic PDF format and paper (three bound physical copies). The PDF file must be one file that includes the entire proposal and not broken up into individual files of each section. A person authorized to sign contracts on behalf of the proposing company must sign proposals. Proposal information is restricted and not publicly available until after award of a contract. All documents associated with the RFQ, unless proposer indicates a portion of the proposal is proprietary, will be subject to public inspection in accordance with the Public Information Act. All information obtained during the course of this RFQ process will become the property of NCTCOG. Proposals must be received in the NCTCOG offices no later than 3:00 p.m. (CT) November 11, 2015. Proposal responses can be mailed or delivered to the address below and clearly marked on the outside envelope as RFQ #NCT-2016-1 in the subject line of the email. Submit to (email). Merrily Carey Senior Administrative Assistant 616 Six Flags Drive Arlington TX 76011 mcarey@nctcog.org

It is the responsibility of the proposer to ensure that the proposal is received in NCTCOG s office by the designated due date and time. NCTCOG assumes no responsibility for delays caused by postage, mail courier deliveries or any other form of delivery. Late, emailed, or faxed proposals will not be accepted or considered for award. PROPOSALS EVALUATION Proposals Evaluation Criteria. The criteria to be used to evaluate submissions are as follows: A. Qualifications and quality of response to Requirements and Qualifications section (Exhibit 1) B. Qualifications and quality of response to Optional Custom Development Services section (Exhibit 2) C. Reasonableness of costs in Costs section (Exhibit 3) D. Experience and qualifications of key personnel in Assigned Staff/Qualifications section (Exhibit 4) E. Demonstrated experience with references for References section (Exhibit 5) F. Overall quality of the RFQ response G. Overall best value and fit to NCTCOG Evaluation Process. All submissions in response to this RFQ will be evaluated in a manner consistent with NCTCOG procurement requirements including all applicable rules and policies. First, nonresponsive submissions (those not conforming to RFQ requirements) will be eliminated. Second, the remaining submissions will be evaluated in a cursory manner to eliminate from further consideration those submissions which, in the judgment of the evaluation committee, fail to offer sufficient and substantive provisions to warrant further consideration. Each vendor bears sole responsibility for the items included or not included in the response submitted by that vendor. NCTCOG reserves the right to disqualify any submission that includes significant deviations or exceptions to the terms, conditions, and/or specifications in this RFQ. Finalist vendor submissions will be selected for detailed review and evaluation, including reference checks and oral presentations if necessary. NCTCOG reserves the right to be the sole judge as to the overall acceptability of any submission or to judge the individual merits of specific provisions within competing offers. NCTCOG also reserves the right to request a best and final offer to the vendor who provides the best fit for NCTCOG s proposal requirements. ADDITIONAL REQUIREMENTS NCTCOG reserves the right to request the removal of any Contractor s Team member. The Contract Service Provider will immediately replace that team member with another team member of equal or greater specific expertise. The Contract Service Provider will be required to execute a HIPAA Business Associate and Confidentiality Agreements as a part of the engagement.

GENERAL TERMS AND CONDITIONS A. NCTCOG is exempt from Texas limited sales, federal excise and use tax, nor does NCTCOG pay tax on the purchase, rental or lease of tangible personal property for the organization s use. A tax exemption certificate will be issued upon request. B. NCTCOG reserves the right to accept or reject any and/or all responses or to cancel this notice at any time. C. A response to this Request for Qualifications (RFQ) does not commit NCTCOG to a purchase agreement or contract, or to pay any costs incurred in the preparation of such response. D. Unless the responder specifies in its response, the NCTCOG may award the contract for any items/services or group of items/services in the RFQ and may increase or decrease the quantity specified. E. NCTCOG reserves the right to hold and accept any response for a period of ninety (90) days after the response deadline. F. NCTCOG reserves the right to negotiate the final terms of any and all purchase agreements with bidders selected and such agreements negotiated as a result of this RFQ may be re-negotiated and/or amended in order to successfully meet the agency needs. G. NCTCOG reserve the right to waive any defect in this procurement process or to make changes to this solicitation as it deems necessary. NCTCOG will provide notifications of such changes to all bidders recorded in the official record (Distribution Log/Receipts Record) as having received or requested an RFQ. H. NCTCOG reserve the right to contact any individual, agencies or employers listed in a response, to contact others who may have experience and/or knowledge of the bidder's relevant performance and/or qualifications; and to request additional information from any and all responders. I. NCTCOG reserves the right to conduct a review of records, systems, procedures, etc., of any entity selected for funding. This may occur prior to, or subsequent to the award of a purchase agreement. Misrepresentation of the responder's ability to perform as stated in the responses may result in cancellation of the purchase agreement award. J. NCTCOG reserves the right to withdraw or reduce the amount of an award, or to cancel any contract resulting from this procurement if adequate funding is not available. K. Responders shall not, under penalty of law, offer or provide any gratuities, favors or anything of monetary value to any officer, member, employee or agent of NCTCOG for the purpose of or

having the effect of influencing favorable disposition toward their own response or any other response submitted hereunder. L. No employee, officer or agent of NCTCOG shall participate in the selection, award or administration of a contract if a conflict of interest, real or apparent, exists. M. Responders shall not engage in any activity that will restrict or eliminate competition. Violation of this provision may cause a responder's response to be rejected. This does not preclude joint ventures or subcontracts. N. All responses submitted must be an original work product of the responders. The copying, paragraphing or other use of substantial portions of the work product of others and submitted hereunder, as original work of the responder is not permitted. Failure to adhere to this instruction may cause the response(s) to be rejected. O. The only purpose of this RFQ is to ensure uniform information in the selection of responses and procurement of services. This RFQ is not to be construed as a purchase agreement or contract, or as a commitment of any kind, nor does it commit the NCTCOG to pay for costs incurred prior to the execution of a formal contract unless such costs are specifically authorized in writing by NCTCOG. P. The contents of a successful response may become a contractual obligation, if selected for award of a contract. Failure of the responder to accept this obligation may result in cancellation of the award. No plea of error or mistake shall be available to successful responder(s) as a basis for release of proposed services at stated price/cost. Any damages accruing to the NCTCOG as a result of the responder's failure to contract may be recovered from the responder. Q. A contract with the selected provider may be withheld at sole discretion if issues of contract compliance or questioned/disallowed costs exist, until such issues are satisfactorily resolved. Award of contract may be withdrawn by NCTCOG if resolution is not satisfactory to NCTCOG. R. Procurement Dispute Resolution Policy. NCTCOG is the responsible authority for handling complaints or protests regarding the response selection process. This includes, but is not limited to, disputes, claims, protest of award, source evaluation or other matters of a contractual nature. Matters concerning violation of law shall be referred to such authority, as may have proper jurisdiction. Once NCTCOG has agreed upon selection(s), all bidders will be notified in writing of the results. Any protest regarding this process must be filed with NCTCOG in accordance with the following procedure. NCTCOG would like to have the opportunity to resolve any dispute prior to the filing of an official complaint by the protester. The protester should contact NCTCOG s Deputy Executive Director, at (817) 695-9121, P.O. Box 5888, Arlington, Texas 76005-5888, so that arrangements can be made for a conference between NCTCOG and the protester. Copies of the appeal process will be made available to the protester.

S. At all times during the term of this contract, the contractor shall procure, pay for and maintain, with approved insurance carriers, the minimum insurance requirements set forth below, and shall require all subcontractors and sub-subcontractors performing work for which the same liabilities may apply under this contract to do likewise. The contractor may cause the insurance to be effected in whole or in part by the subcontractors of sub-subcontractors under their contracts. NCTCOG reserves the right to waive or modify insurance requirements at its sole discretion. 1. Workers Compensation: Statutory limits and employer s liability of not less than $100,000 for each accident. 2. Commercial General Liability: a. Minimum Required Limits: $1,000,000 per occurrence; $1,000,000 General Aggregate b. Commercial General Liability policy shall include: (i) Coverage A: Bodily injury and property damage; (ii) Coverage B: Personal and Advertising Injury liability; (iii) Coverage C: Medical Payments (iv) Products: Completed Operations (v) Fire Legal Liability c. Policy coverage must be on an occurrence basis using CGL forms as approved by the Texas State Board of Insurance d. Attachment of Endorsement CG 20 10 - additional insured e. All other endorsements shall require prior approval by the NCTCOG. 3. Comprehensive Automobile/Truck Liability: Coverage shall be provided for all owned, hired and non-owned vehicles. Minimum required Limit: $500,000 combined single limit. 4. Professional Liability: a. Minimum Required Limits: 1. $1,000,000 Each Claim 2. $1,000,000 Policy Aggregate T. Contractor covenants and agrees to indemnify and hold harmless and defend and does hereby indemnify, hold harmless, and defend NCTCOG, its officers and employees, from and against any and all suits or claims for damages or injuries, including death, to persons or property, whether real or asserted, arising out of any negligent act or omission on the part of the contractor, its officers, agents, servants, employees, or subcontractors, and the contractor does hereby assume all liability for injuries, claims or suits for damages to persons, property, or whatever kind of character,

whether real or asserted, occurring during or arising out of the performance of a contract as a result of any negligent act or omission on the part of the contractor, its officers, agents, servants, employees, or subcontractors to the extent permitted by law. U. A force majeure event shall be defined to include governmental decrees or restraints, acts of God (except that rain, wind, flood or other natural phenomena normally expected for the locality, shall not be construed as an act of God), work stoppages due to labor disputes or strikes, fires, explosions, epidemics, riots, war, rebellion, and sabotage. If a delay or failure of performance by either party to this contract results from the occurrence of a force majeure event, the delay shall be excused and the time fixed for completion of the work extended by a period equivalent to the time lost because of the event, if and to the extent that: A. The delay or failure was beyond the control of the party affected and not due to its fault or negligence; and B. The delay or failure was not extended because of the affected party s failure to use all diligence to overcome the obstacle or to resume performance immediately after the obstacle was overcome. If the failure to perform is caused by the failure of a subcontractor of the Provider to perform, and if such failure was beyond the control of both the Provider and the subcontractor, without their fault or negligence, the Provider shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. No time extension shall be granted under this paragraph unless the party seeking relief has notified the other in writing within a reasonable time after commencement of the event, of the anticipated length and cause of the delay, the measures taken or to be taken to minimize the delay and the timetable by which the Provider intends to implement these measures. The party seeking relief shall also give written notice of the ending of the event within a reasonable time after the event has ended. D. NCTCOG shall be responsible for costs related to a force majeure event, only if the Provider incurs them after prior written authorization by NCTCOG. Neither NCTCOG nor the Provider shall have, and both hereby waive, any claim whatsoever for any damages resulting from delays caused by force majeure events. DEBT OWED TO NCTCOG All responders must be cleared of all debt owed to NCTCOG before any contract will be executed. Responders must demonstrate adequate personnel, administrative, and fiscal capabilities necessary to implement the goals and objectives of the program and to ensure compliance with the ensuing contract. DOCUMENTATION REQUIREMENTS Included as part of this RFQ, if Responder proposes to utilize subcontractors that are small businesses, Responder must list those firms' names, expected value of each subcontract price, and area of work to be performed as part of the contract.

NCTCOG will not permit changes to the list of proposed small businesses after the responses are received and opened except as authorized by law. Submission of a response shall constitute Responder s representation that neither Responder nor an officer, agent or employee of Responder, or the spouse, parent or child of an officer, agent or employee of Responder, is involved in the ownership, operation or management of any subcontractor claiming status as a small business for purposes of this Contract. Further, submission of a response shall constitute Responder s representation that every subcontractor claiming status as a small business for purposes of this Contract has been doing business under its current name and ownership for at least one year prior to response date in the trade in which it will be employed by Responder in the performance of Contract work. Responder shall collect and submit with its Response an AFFIDAVIT FOR CLAIMING STATUS AS A SMALL BUSINESS from each proposed Small Business. As a condition of progress payments to the contractor, Owner will require that Contractor submit evidence of participation of and Contractor s payment to all Small Businesses participating in the Project. This evidence shall consist of Copies of Subcontracts, Subcontractors Applications for Payment, Subcontractors Certified Payrolls, and proof of payment for Small Business Subcontractors; and Purchase Orders, Invoices, and Proof of Payment for Small Business Suppliers. If, during the course of the Contract, Contractor fails to maintain the level of small business participation shown in Contractor s Response, or if any material representation made in Contractor s Response concerning the small business status of any Subcontractor or Contractor s involvement in the ownership, operation or management of any Subcontractor claiming status as a Small Business is shown to be false to the satisfaction of Owner s designated representative acting in good faith, Owner may, at its sole option and in addition to any other remedies available under the Contract, at law or in equity, terminate the Contract. Whether or not Owner terminates the Contract, immediately upon demand, Contractor shall refund to Owner the difference between Contractor s total base response and the total base amount of the next lowest responsive and responsible offer submitted, or any lesser portion thereof that Owner, in its sole discretion, deems appropriate. Further, in the event that Owner terminates the Contract, Contractor shall pay Owner s full reprocurement costs, including, without limitation, any costs associated with reprocurement delays. Owner will institute debarment proceedings against any Responder that misrepresents in a response any material fact concerning the Small Business status of any Subcontractor or Responder s involvement in the ownership, operation or management of any Subcontractor claiming status as a Small Business.

HISTORICALLY UNDERUTILIZED BUSINESSES, MINORITY OR WOMEN-OWNED OR DISADVANTAGED BUSINESS ENTERPRISES Historically Underutilized Businesses (HUBs), minority or women-owned or disadvantaged businesses enterprises (M/W/DBE) are encouraged to participate in the RFQ process. Representatives from HUB companies should identify themselves and submit a copy of their Certification. NCTCOG recognizes the certifications of both the State of Texas Program and the North Central Texas Regional Certification Agency. Companies seeking information concerning HUB certification are urged to contact: State of Texas HUB Program Texas Comptroller of Public Accounts Lyndon B. Johnson State Office Building 111 East 17th Street Austin, Texas 78774 (512) 463-6958 http://www.window.state.tx.us/procurement/prog/hub/ Local businesses seeking M/W/DBE certification should contact: North Central Texas Regional Certification Agency 624 Six Flags Drive, Suite 100 Arlington, TX 76011 (817) 640-0606 http://www.nctrca.org/certification.html Responder must include a copy of its minority certification documentation as part of this RFQ. If your company is already certified, attach a copy of your certification to this form and return with your response. Indicate all that apply: Historically Underutilized Business Minority-Owned Business Enterprise Women-Owned Business Enterprise Disadvantaged Business Enterprise

CONFIDENTIAL PROPRIETARY MATERIALS Documents in the response considered confidential/proprietary by Responder shall be clearly identified as such, but will be subject to confirmation of such status by NCTCOG. In the event of a challenge, and if a determination is made by the Attorney General of Texas or a court of competent jurisdiction that these materials are not considered confidential/proprietary, Responder may withdraw the designated materials from consideration prior to public review and the evaluation process. If any required materials are withdrawn the Response will be disqualified. CERTIFICATION OF SPECIFICATIONS AS UNBIASED Responders are required to certify that this Invitation contains no requirements considered to be unduly biased in favor of other responders that may be competing for this procurement. Acknowledgment of Insurance Requirements By signing its response, Responder acknowledges that it has read and understands the insurance requirements for the response. Responder also understands that the evidence of required insurance must be submitted within ten (10) working days following notification of its offer being accepted; otherwise, NCTCOG may rescind its acceptance of the Responder s response. The insurance requirements are outlined in the General Terms and Conditions section.

CERTIFICATIONS OF OFFEROR I hereby certify that the information contained in this response and any attachments is true and correct and may be viewed as an accurate representation of proposed services to be provided by this organization. I certify that no employee, board member, or agent of the North Central Texas Council of Governments has assisted in the preparation of this response. I acknowledge that I have read and understand the requirements and provisions of the Request for Qualifications and that the organization will comply with the WIA regulations and other applicable local, state, and federal regulations and directives in the implementation of this program. I also certify that I have read and understood the "Governing Provisions and Limitations" section of this Request for Qualifications and will comply with the terms; and furthermore that I, (typed or printed name) certify that I am the (typed title) of the corporation, partnership, or sole proprietorship, or other eligible entity named as Offeror and Respondent herein and that I am legally authorized to sign this offer and to submit it to the North Central Texas Council of Governments, on behalf of said Responder by authority of its governing body. ******************************************************************************** DRUG FREE WORKPLACE CERTIFICATION The (proposing organization) will provide a Drug Free Work Place in compliance with the Drug Free Work Place Act of 1988. The unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited on the premises of the (proposing organization) or any of its facilities. Any employee who violates this prohibition will be subject to disciplinary action up to and including termination. All employees, as a condition of employment, will comply with this policy. ******************************************************************************** Name of Firm: Signature of authorized person to sign on firm s behalf Date

CERTIFICATION REGARDING DISCLOSURE OF CONFLICT OF INTEREST The undersigned certifies that, to the best of his or her knowledge or belief, that: No employee of the Contractor, no member of the Contractor s governing board or body, and no person who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this Contract shall participate in any decision relating to this contract which affects his/her personal pecuniary interest. Executives and employees of Contractor shall be particularly aware of the varying degrees of influence that can be exerted by personal friends and associates and, in administering the Contract, shall exercise due diligence to avoid situations which give rise to an assertion that favorable treatment is being granted to friends and associates. When it is in the public interest for the Contractor to conduct business with a friend or associate of an executive or employee of the Contractor, an elected official in the area or a member of the North Central Texas Council of Governments, a permanent record of the transaction shall be retained. Any executive or employee of the Contractor, an elected official in the area or a member of the NCTCOG, shall not solicit or accept money or any other consideration from a third person, for the performance of an act reimbursed in whole or part by Contractor or Department. Supplies, tools, materials, equipment or services purchased with Contract funds shall be used solely for purposes allowed under this Contract. No member of the NCTCOG shall cast a vote on the provision of services by that member (or any organization which that member represents) or vote on any matter which would provide a direct or indirect financial benefit to the member or any business or organization which the member directly represents. No officer, employee or paid consultant of the Contractor is a member of the NCTCOG. No officer, manager or paid consultant of the Contractor is married to a member of the NCTCOG. No member of NCTCOG directly owns, controls or has interest in the Contractor. The Contractor has disclosed any interest, fact, or circumstance that does or may present a potential conflict of interest. No member of the NCTCOG receives compensation from the Contractor for lobbying activities as defined in Chapter 305 of the Texas Government Code. Should the Contractor fail to abide by the foregoing covenants and affirmations regarding conflict of

interest, the Contractor shall not be entitled to the recovery of any costs or expenses incurred in relation to the contract and shall immediately refund to the North Central Texas Council of Governments any fees or expenses that may have been paid under this contract and shall further be liable for any other costs incurred or damages sustained by the NCTCOG as it relates to this contract. Name of Firm: Signature of authorized person to sign on firm s behalf Date

FAIR BUSINESS PRACTICES That the responder has not been found guilty of unfair business practices in a judicial or state agency administrative proceeding during the preceding year. The responder further affirms that no officer of the responder has served as an officer of any company found guilty of unfair business practices in a judicial or state agency administrative during the preceding year. **************************************************************************** CERTIFICATION OF GOOD STANDING TEXAS CORPORATE FRANCHISE TAX CERTIFICATION Pursuant to Article 2.45, Texas Business Corporation Act, state agencies may not contract with for profit corporations that are delinquent in making state franchise tax payments. The following certification that the corporation entering into this offer is current in its franchise taxes must be signed by the individual authorized on Form 2031, Corporate Board of Directors Resolution, to sign the contract for the corporation. The undersigned authorized representative of the corporation making the offer herein certified that the following indicated statement is true and correct and that the undersigned understands that making a false statement is a material breach of contract and is grounds for contract cancellation. Indicate the certification that applies to your firm: The Corporation is a for-profit corporation and certifies that it is not delinquent in its franchise tax payments to the State of Texas. The Corporation is a non-profit corporation or is otherwise not subject to payment of franchise taxes to the State of Texas. Name of Firm: Signature of authorized person to sign on firm s behalf Date

CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS This certification is required by the Federal Regulations Implementing Executive Order 12549, Debarment and Suspension, 45 CFR Part 93, Government-wide Debarment and Suspension, for the Department of Agriculture (7 CFR Part 3017), Department of Labor (29 CFR Part 98), Department of Education (34 CFR Parts 85, 668, 682), Department of Health and Human Services (45 CFR Part 76). The undersigned certifies, to the best of his or her knowledge and belief, that both it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency; 2. Have not within a three-year period preceding this contract 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 statues or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicated for or otherwise criminally or civilly charged by a government entity with commission of any of the offense enumerated in Paragraph (2) of this certification; and, 4. Have not within a three-year period preceding this contract had one or more public transactions terminated for cause or default. Where the prospective recipient of federal assistance funds is unable to certify to any of the statements in this certification, such prospective recipient shall attach an explanation to this certification form. Name of Firm: Signature of authorized person to sign on firm s behalf Date