Request for Proposals



Similar documents
REQUEST FOR PROPOSALS EMPLOYEE PERFORMANCE APPRAISAL/ MANAGEMENT SOFTWARE

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

REQUEST FOR PROPOSAL

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

Request for Proposal Web Design and Maintenance Services for the Period of: May 1, 2016 to June 30, 2017

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

RFP Milestones, Instructions, and Information

Request for Proposals RFP No

ATTACHMENT B FEDERAL CERTIFICATIONS FOOD SERVICE MANAGEMENT COMPANIES AND PUBLIC SCHOOLS

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

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

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

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

Proposal Writing - A Cover Letter of Compliance

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

REQUEST FOR PROPOSAL. Insurance Broker Services. Property Liability Casualty Fleet Workers Compensation

Request for Proposal Hewlett Packard Network Switches and Peripherals

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

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

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

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

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

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

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

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

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

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

Request for Proposal for. Marketing Project Management Software

REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, Time: 10:00 a.m.

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

LIVINGSTON COUNTY MICHIGAN

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

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

REQUEST FOR PROPOSALS FOR TELEPHONE SERVICES FOR CUMBERLAND COUNTY GOVERNMENT

Information Concerning Specifications: Contact: Torri Martin (770)

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

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Executive Coaching & Consulting Services Due April 1, 11:00 a.m.

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

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

PIPELINE AND UTILLITY PERMIT APPLICATION PACKET

QSP INFORMATION AT A GLANCE

REQUEST FOR PROPOSAL: A NEW AUDITING SOLUTION FOR WINDOWS FILE AND DATABASE SERVERS

ELECTRONIC INDEPENDENT CONTRACTOR AGREEMENT INTRODUCTION

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

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

Lawrence University Procurement Policy for Federally Sponsored Projects

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Qualifications for Application Maintenance and Support RFQ #NCT Response Deadline: N o v e m b e r 1 1,

REQUEST FOR STATEMENT OF INTEREST AND QUALIFICATIONS (SOIQ) FOR ARCHITECTURAL SERVICES Provo City School District

Merchant Account Services

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

BROKER AND CARRIER AGREEMENT

COUNTY OF TANEY, MISSOURI

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

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

REQUEST FOR PROPOSALS: Internet Access Service. For: Peach County School District (BEN: )

Cleveland County Emergency Medical Services. PO Box Shelby, NC Request for Proposal. For. Debt Collection Agency Services

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

REQUEST FOR QUALIFICATIONS

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

City of Powell Request for Proposals for a Total Compensation Survey

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

Request for Quotation For Design and Printing

AGENDA BOARD OF SUPERVISORS October 21, Delinquent Tax Attorney RFP

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

Incumbent Worker Training Program Application

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

Agreement for Services

REQUEST FOR PROPOSALS. Paperless Document Management System & Technical Assistance in Planning and Execution

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

CITY OF BONITA SPRINGS, FLORIDA RFP #

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Request for Proposal (RFP) for Contract Management

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

REQUEST FOR PROPOSALS FOR PROPERTY RISK MANAGEMENT SERVICES

Insurance Market Solutions Group, LLC Sub-Producer Agreement

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

CITY OF TYBEE ISLAND RFP # THE CITY OF TYBEE ISLAND IS ISSUING THIS REQUEST FOR PROPOSAL FOR FURNISHING THE SERVICES DESCRIBED HEREIN:

Request for Proposals

St. Andrews Public Service District

Standard conditions of purchase

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

A. For the consideration agreed below to be paid to Contractor by City, Contractor shall provide

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

Request for Proposals (RFP) Communications Services RFP #CS-PY 15-I September 17, 2015

UTAH COUNTY REQUEST FOR PROPOSALS FOR HEALTH AND LIFE INSURANCE BROKER

Project Management Procedures

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

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

FLORIDA ATLANTIC UNIVERSITY COST-REIMBURSABLE SUBAWARD AGREEMENT #

Transcription:

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS Video Web Hosting Service and Equipment Maintenance RFP # February 16, 2015 616 Six Flags Drive Centerpoint Two Arlington, Texas 76011 (817) 640-3300 An equal opportunity employer Auxiliary aids are available upon request for persons with disabilities

North Central Texas Council of Governments RFP # February 16, 2015 OVERVIEW / OBJECTIVE The North Central Texas Council of Governments (NCTCOG) is a regional planning agency that serves a 16-county area surrounding the Dallas/Fort Worth area. Its 238 local government members include cities, counties, independent school districts, and special districts. NCTCOG provides services to its member governments to include transportation planning, dissemination of demographic information, assistance with information systems development, environmental impact studies, planning for human services needs, 9-1-1 planning, emergency preparedness coordination, federally funded employment and training programs, training local government officials and providing continuing education for area police officers. The North Central Texas Council of Governments is seeking proposals from providers of video web hosting service and equipment for various regularly scheduled meetings. It is the intent of this (RFP) to have the successful firm enter into a Professional Services Contract with NCTCOG to provide the services as outlined herein. A significant, but not sole, basis of award will be that the awarded firm will commit contractually to provide the specified package of services in accordance with the requirements outlined. Services under the anticipated contract will commence on April 17, 2015 following the execution of a contract with the successful proposer. The successful proposer must be prepared to provide services by April 23, 2015. An award, if made, will be made to the responsible offeror whose proposal most meets the needs of NCTCOG, taking into consideration the evaluation factors set forth in this RFP. SCOPE OF WORK The Contractor, at a minimum, must achieve and maintain the performance outcomes listed below, consistent with NCTCOG standards or performance standards otherwise agreed to by NCTCOG through a contract resulting from this RFP. Offerors may also propose to achieve additional performance outcomes (beyond those minimally required). The scope of work includes video hosting, editing, and agenda tagging for approximately 32 sessions per year, up to three hours each meeting, and an allowance for up to 10 hours of additional non-tagging video content each month. On occasion, NCTCOG desires to hold off-site 2

meetings that are video recorded or streamed live. A cost estimate for these services for approximately three off-site meetings with agenda tagging per year should also be provided. These off-site meetings are not a part of the 32 sessions. The term of service is for one year, with two one-year renewal options. The successful firm shall agree to contract with NCTCOG to provide video web hosting service and associated software and equipment to include, but not be limited to: Web link to hosting site Integration with NCTCOG s Web site Agenda tagging associated with approximately 32 videos submitted by NCTCOG Video trimming and cutting Conversion of DVD ISO files as needed Videos compatible with computers, smartphones, and tablets, specifically Microsoft Windows, Mac OS X, ios, and Android Notification to NCTCOG of any audio/video loss during streaming to vendor firm Videos available within 24 hours upon receipt Option to add additional tagged meetings with associated per-meeting costs after 32 Video archive and support costs Monthly counts of video views, number of hits, and average time each video is viewed Necessary software and equipment to support service, including maintenance and rapid repair References of other public agencies supported Other associated costs (i.e., consultation, other direct costs) NCTCOG s current software and equipment consists of the following: a PowerEdge R310, Viewcast Osprey-260e Video Capture Card with Simulstream Software, Microsoft Windows Server software and other associated software. Proposers should address NCTCOG s desire to maintain an archive of current videos and explain how these can be maintained and accessed through NCTCOG s Web site. Proposal Response Format The items listed below shall be submitted with each proposal in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by an offeror to include all listed items may result in the rejection of its proposal. Tab I - Management Summary Provide a cover letter indicating the underlying philosophy of your firm in providing the service. 3

Tab II - Business Plan Include: Description of the proposed contract team and the role to be played by each member of the proposed team to fulfill the scope of work Detailed implementation and training plan Description of assistance that will be available to NCTCOG to address software and equipment needs during and after implementation. Tab III - Costs to NCTCOG Provide the total fees for which your firm will provide the requested services and equipment to NCTCOG. Fees should include itemized listing of service, software and needed equipment, if any. Fees for meetings in excess of three hours or more meetings than the 32 requested should also be provided. Tab IV - Corporate Experience, Capacity and References Provide information that documents your firm s qualifications to produce the required outcomes, including its ability, capacity, skill, and experience. Include at least three (3) references of similar projects implemented by public agencies in the past year. Include a contact name, phone number and brief description of the project completed for each reference. Tab V - Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP. Tab VI - Certifications, Subcontractor Information If applicable, include minority business certification and clearly identify any payments to be made to subcontractors if awarded the contract. Include certification of offeror here. Tab VII Contract Include your firm s standard contract agreement in this section. RFP Timeline The following dates are significant for this RFP: RFP Dated and Issued - February 16, 2015 RFP Questions Due 4:00 p.m. (CT) March 2, 2015 RFP Submissions Due 3:00 pm (CT), March 11, 2015 RFP Evaluations Begin March 12, 2015 Awarded contractor begins service April 17, 2015 4

Inquiries Questions related to this RFP shall be submitted in writing no later than 4:00 p.m., March 2, 2015 to: Emily Beckham, Grants and Contracts Supervisor E-mail: TransRFP@nctcog.org Answers to all questions will be responded to in writing via e-mail by close of business March 4, 2015. Each potential respondent will be provided with the list of questions and answers. RFP SUBMISSION INSTRUCTIONS Proposers must submit one (1) original, three (3) copies and one electronic copy in PDF format of the proposal. 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 RFP, 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 RFP process will become the property of NCTCOG. Sealed proposal responses must be received in the NCTCOG offices no later than 3:00 p.m. Wednesday, March 11, 2015. Sealed proposal responses can be mailed or delivered to the address below and clearly marked on the outside envelope as RFP # Video Web Hosting Service and Equipment/Maintenance in the bottom left-hand corner of each envelope. Submit to: Physical Address Mailing Address Emily Beckham Emily Beckham Grants and Contracts Supervisor Grants and Contracts Supervisor NCTCOG NCTCOG Transportation Dept. Transportation Dept. 616 Six Flags Drive P.O. Box 5888 Arlington, TX 76011 Arlington, TX 76005-5888 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 will be publicly opened at 3:15 p.m. on March 11, 2015 in the Executive Director s Conference Room of the NCTCOG offices. Only the names of the respondents will be read aloud. No other information will be disclosed at this time. 5

SELECTION CRITERIA An award, if made, will be made to the responsible offeror whose proposal most meets the needs of NCTCOG, taking into consideration price and the other factors set forth in this RFP. NCTCOG may, as it deems necessary, conduct discussions with responsible offerors determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. The following criteria will be used to determine the best proposal for NCTCOG s needs: Firm qualifications Record of performance Service and technical assistance provided Software and equipment provided, if applicable Project cost PRE-PROPOSAL CONFERENCE No Pre-proposal Conference is scheduled for this procurement. CONSTRAINTS ON THE CONTRACTOR The Contractor shall perform all work under the direction of NCTCOG s Transportation Department. The Contractor must provide one point of contact. NCTCOG RESPONSIBILITIES NCTCOG shall provide to the Contractor access to all personnel necessary for completion of the activities outlined in the scope of work. 6

GENERAL TERMS AND CONDITIONS A. NCTCOG is exempt from manufacturer s federal excise tax and states sales tax. Tax exemption certificates will be issued upon request. B. NCTCOG reserves the right to accept or reject any and/or all proposals or to cancel this notice at any time. C. A response to this Request for Proposal (RFP) 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 proposer specifies in its proposal, NCTCOG may award the contract for any items/services or group of items/services in the RFP and may increase or decrease the quantity specified. E. NCTCOG reserves the right to hold and accept any proposal 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 RFP 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 RFP. H. NCTCOG reserve the right to contact any individual, agencies or employers listed in a proposal, 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 proposers. 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 proposer's ability to perform as stated in the proposals 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. Proposers 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 proposal or any other proposal 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. Proposers shall not engage in any activity that will restrict or eliminate competition. Violation of this provision may cause a proposer's bid to be rejected. This does not preclude joint ventures or subcontracts. 7

N. All proposals submitted must be an original work product of the proposers. The copying, paragraphing or other use of substantial portions of the work product of others and submitted hereunder, as original work of the proposer is not permitted. Failure to adhere to this instruction may cause the proposal(s) to be rejected. O. The only purpose of this RFP is to ensure uniform information in the selection of proposals and procurement of services. This RFP is not to be construed as a purchase agreement or contract, or as a commitment of any kind, nor does it commit 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 proposal may become a contractual obligation, if selected for award of a contract. Failure of the proposer to accept this obligation may result in cancellation of the award. No plea of error or mistake shall be available to successful proposer(s) as a basis for release of proposed services at stated price/cost. Any damages accruing to NCTCOG as a result of the proposer's failure to contract may be recovered from the proposer. 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 proposal selection process. This includes, but is not limited to, disputes, claims, protests 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 proposers 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 Director of Administration, 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 a contract with NCTCOG, contractor shall procure, pay for and maintain, with approved insurance carriers, the minimum insurance requirements as required by law and shall require all subcontractors and sub-sub-contractors 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. 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 8

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. 9

INSTRUCTIONS FOR PROPOSAL COMPLIANCE AND SUBMITTAL Compliance with the RFP Proposals must be in strict compliance with this. Failure to comply with all provisions of the RFP may result in disqualification. Acknowledgment of Insurance Requirements By signing its proposal, Offeror acknowledges that it has read and understands the insurance requirements for the proposal. Offeror 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 Offeror s proposal. The insurance requirements are outlined in the General Terms and Conditions section. Debt Owed to NCTCOG All proposers must be cleared of all debt owed to NCTCOG before any contract will be executed. Proposers 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. 10

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/DBEs) are encouraged to participate in the RFP 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 Proposer must include a copy of its minority certification documentation as part of this RFP. If your company is already certified, attach a copy of your certification to this form and return with your proposal. Indicate all that apply: Minority-Owned Business Enterprise Women-Owned Business Enterprise Disadvantaged Business Enterprise Historically Underutilized Business 11

CERTIFICATIONS ************************************************************************************************** CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988, Federal Register (pages 19160-19211). 1. The prospective recipient of federal assistance funds certifies, by submission of this proposal, that neither it nor its principals are 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 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 proposal. ************************************************************************************************** CERTIFICATION REGARDING LOBBYING The undersigned certifies that, to the best of his or her knowledge or belief, that: 1. No 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 officer or employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification or any federal contract, grant, loan, or cooperative agreement; and 2. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers and that all sub-recipients shall certify accordingly. ************************************************************************************************** 12

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. 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 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 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 NCTCOG. No officer, manager or paid consultant of the Contractor is married to a member of 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 NCTCOG receives compensation from the Contractor for lobbying activities as defined in Chapter 305 of the Texas Government Code. 13

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 NCTCOG as it relates to this contract. ************************************************************************************************** 14

FAIR BUSINESS PRACTICES The proposer affirms that the company has not been found guilty of unfair business practices in a judicial or state agency administrative proceeding during the preceding year. The proposer further affirms that no officer of the proposer has served as an officer of any company found guilty of unfair business practices in a judicial or state agency administrative proceeding 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 corporation: 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. (Printed/Typed Name and Title of Authorized Representative) (Signature) ************************************************************************************************** 15

CERTIFICATIONS OF OFFEROR I hereby certify that the information contained in this proposal 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 proposal. I acknowledge that I have read and understand the requirements and provisions of the Request for Proposal and that the organization will comply with the regulations and other applicable local, state, and federal regulations and directives in the implementation of this agreement. I also certify that I have read and understood all sections of this Request for Proposal and will comply with all the terms and conditions as stated; and furthermore that I, (typed or printed name) certify that I am the (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 Offeror by authority of its governing body. ******************************************************************************* ATTEST TO Attachments of Certification: Authorized Signature Typed Name Date Subscribed and sworn to before me this day of, 2015 in (city), (county), (state). (Notary) SEAL Notary Public in and for (County), State of Commission expires: 16