FIRST AMENDMENT TO AGREEMENT

Size: px
Start display at page:

Download "FIRST AMENDMENT TO AGREEMENT"

Transcription

1

2

3 FIRST AMENDMENT TO AGREEMENT This First Amendment to Agreement ("First Amendment") is made by the County of Alameda ("County") and Terra Firma Diversion & Educational Services, ("Contractor") with respect to that certain agreement entered by them on (referred to herein as the "Agreement") pursuant to which Contractor provides Substance Abuse Testing and Treatment (SATT) Services to County. County and Contractor agree as follows: 1. For valuable consideration, the receipt and sufficiency of which are hereby acknowledged, County and Contractor agree to amend the Agreement in the following respects: a. Increase the current FY14-15 maximum award level by an additional $140,000, increasing the maximum award level from Two Hundred Forty Nine Thousand dollars ($249,000.00) to Three Hundred Eighty Nine Thousand dollars ($ ) thiough June 30, b. Increase the FY15-16 and FY16-17 current annual maximum award amount of $249,000 by an additional $25,000 each for a new maximum award amount of $274,000 per each fiscal year, increasing the current maximum total award of Seven Hundred Forty Seven Thousand ($747,000) to a new maximum total award ofnine Hundred Thirty Seven Thousands($ 937,000) over award period of July 1, 2014 through June 30, 2017 A Revised Exhibit A, Scope of Work, is attached to this First Amendment. A Revised Exhibit B, Payment Terms, is attached to this First Amendment. 2. The term of the Agreement is currently scheduled to expire on 06/30/2017. As of the Effective Date, the term of the Agreement still expires on 6/30/2017.

4 3. In consideration for Contractor' s additional services, the County shall pay Contractor an additional amount not to exceed One Hundred Ninety Thousand dollars ($190,000). As a result of these additional services the not to exceed amount has increased from Seven Hundred Forty Seven Thousand dollars ($747,000) to a new maximum total award of Nine Hundred Thirty Seven Thousand dollars ($937,000) over the term of the Agreement and any amendments. FY $389,000 maximum FY $274,000 maximum FY $274,000 maximum 4. Item 20 of the Standard Services Agreement has been amended as follows: TERMINATION: The County has and reserves the right to suspend, terminate or abandon the execution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should abandon, terminate or suspend the Contractor's work, the Contractor shall be entitled to payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. Said payment shall be computed in accordance with Exhibit B hereto, provided that the maximum amount payable to Contractor for its Professional Training Services shall not exceed $937,000 for payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. 5. Except as otherwise stated in this First Amendment, the terms and provisions of this First Amendment will be effective as of the date this First Amendment is executed by the County ("Effective Date"). 6. DEBARMENT AND SUSPENSION CERTIFICATION: a. By signing this First Amendment and Revised Exhibits A and B, Debarment and Suspension Certification, Contractor/Grantee agrees to comply with applicable federal suspension and debarment regulations, including but not limited to 7 Code of Federal Regulations (CFR) , 2

5 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR and Executive Order b. By signing this Agreement, Contractor certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded by any federal department or agency; (2) Shall not knowingly enter into any covered transaction with a person who is proposed for debarment under federal regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in such transaction. 7. Except as expressly modified by this First Amendment, all of the terms and conditions of the Agreement are and remain in full force and effect. 3.

6 IN WITNESS WHEREOF, the parties hereto have executed this First Amendment to the Agreement as of the day and year first above written. COUNTY OF ALAMEDA CONTRACTOR/COMPANY NAME Terra Firma Diversion :J~&_Si-~-a-tu, r By:, Name: SCOTI HAGGERTY (Printed) Title: President of the Board of Supervisors Name: 8e{~~ \<_, ~e_\\~( (Printed) Title: E"'f. e ~""~I~.(. ejef, c.e._k. Date: ~ { 2- { \ S Approved as to Form: Approved as to Form DON R ZIE BY.~-+-~~-+... i=.-~~;..._---- B y: Print Name VA\ --lj County Counsel Signature By signing above, signatory warrants and represents that he/she executed this Agreement in his/her authorized capacity and that by his/her signature on this Agreement, he/she or the entity upon behalf of which he/she acted, executed this Agreement 4

7 REVISED EXHIBIT A Last revised: 1/27/15 Scope of work: Except as expressly modified by this Revised Exhibit A, all of the work scope and terms description of the original Exhibit A - Scope of work remain in full force and effect. The goal of the Department of Children and Family Services Substance Abuse Testing and Treatment Services (SA TT) program is to relieve and reduce the incidence of child abuse or neglect of children, 0-18 years old, due to the substance abuse of family members. In FY 14-15, the Department of Children and Family Services (CFS). contracted with three community-based SATT programs to provide a standardized client assessment, substance abuse testing and group counseling, as appropriate, for CFS clients in need of substance abuse testing and treatment. Prior to the FY RFP process, CFS SATT services were analyzed for best practices. As a result of this assessment, the RFP included enhancements to the SATT program scope of work. These enhancements included a standardized client assessment for all referred CFS clients, the development of a Client Recovery Plan as well as measurable Results Based Accountability (RBA) objectives that address client engagement, assess the client's understanding of the impact of their substance abuse has on their family/children, as well as the client's overall satisfaction with SATT program services. Progress towards these goals is monitored by SSA Contracts and CFS Program staff through the monthly submission ofrba documents by the providers, periodic site visits, monthly CFS/Provider Collaborative Meetings and fiscal monitoring. In order to promote cost effective operations, SATT providers will bill Medi-Cal for all eligible client services related to the provision of substance abuse treatment For CFS clients. Contractor will regard Alameda County CFS, as the payer of last resort. Contractor will screen for Medi-Cal eligibility and establish Medi-Cal eligibility on a monthly basis, for each referred CFS client. Contractor will bill Medi-Cal, first, for all SA TT eligible clients and services related to this contract. Contractor will only perform confirmatory drug testing, on a positive or negative drug testing result, at the written request of the CWW and/or other designated CFS staff. The CWW and/or other designated CFS staff will have the exclusive authority to authorize confirmatory or other "repeated" testing on a single sample. At no time should confirmatory testing be done at the request of the client or at the discretion of the provider without prior CFS staff approval. 5

8 .REVISED EXHIBIT B Payment Terms and Conditions Revised 1/27/15 1. Except as expressly modified by this Revised Exhibit B, all of the terms and conditions of the original Exhibit B - Payment Terms are and remain in full force and effect. 2. The total maximum contract amount authorized during the period of this agreement is $937,000 through June 30, The total maximum Contract amount for each fiscal year is as follows: FY $389,000 FY $274,000 FY $274, This contract payment shall be Services As Needed (SAN) Reimbursements based on the number of client referrals in each service category. There shall be no minimum or maximum service units set for any service category. Reimbursement shall follow the rate schedule below. The billable services must reflect the following breakdown/category of service: Service Category Service Rate/Unit Cost Intake/ Assessment $70 ASI Lite Drug Testing: UA In-house $35 Drug Testing: UA Lab/Confirmatory $45 Drug Testing: UA EtG $30 Drug Testing: Hair Follicle. $120 Treatment: Group Counseling $30 CDAC Specialist Consultation $40/hour* Casework Support $48/hour* *billed in 15 minute increment No changes m the service rate may be permitted without pnor approval from the County. Any change shall be decided by mutual agreement between the County and Contractor. 6

9 .. EXHIBITD COUNTY OF ALAMEDA DEBARMENT AND SUSPENSION CERTIFICATION The contractor, under penalty of perjury, certifies that, except as noted below, contractor, its principals, and any named or unnamed subcontractor: Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; Does not have a proposed debarment pending; and Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessary result in denial of award, but will be considered in determining contractor responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Standard Services Agreement. Signing this Standard Services Agreement on the signature portion thereof shall also constitute signature of this Certification. CONTRACTOR: Terra Firma Diversion ---- PRINCIPAL~:: C<lklf TITLE: Erc...rr\"-L 6'ffic'ee_ SIGNATU~1: f::j1w\ DATE : ez ( '2-( \ S "

10 .. RFP No., Master Contract No, Procurement Contract No. _ EXHIBITO COUNTY OF ALAMEDA RFP/QNo.900xxx for BidTitle THE IRAN CONTRACTING ACT (ICA) OF 2010 For Procurements of$1,000,000 or more The California Legislature adopted the Iran Contracting Act (ICA) to respond to policies of Iran in a uniform fashion (PCC 2201(q)). The ICA prohibits persons engaged in investment activities in Iran from bidding on, submitting proposals for, or entering into or renewing contracts with public entities for goods and services of one million dollars ($1,000,000) or more (PCC 2203(a)). A person who "engages in investment activities in Iran" is defined in either of two ways: 1. The person provides goods or services of twenty million dollars ($20,000,000) or more in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran; or 2. The person is a financial institution (as that term is defined in 50 U.S.C. 1701) that extends twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on a list created by the California Department of General Services (DGS) pursuant to PCC 220 I (b) as a person engaging in the investment activities described in paragraph I above. By signing below, I hereby certify that as of the time of bidding or proposing for a new contract or renewal of an existing contract, neither I nor the company I own or work for are identified on the DGS list of ineligible persons and neither I nor the company I own or work for are engaged in investment activities in Iran in violation of the Iran Contracting Act of2010. If either I or the company I own or work for are ineligible to bid or submit a proposal or to renew a contract, but I believe I or it qualifies for an exception listed in PCC 2202(c), I have described in detail the nature of the exception: NAME: Terra Firma Diversion PRmCIPAL ~!e ~M SIGNATURE:, "'-- TITLE: ~ CvT ~U e_ DATE: _ { _'2-...(,_ ( 5" _

11 Fonn Rev 10/31/14 (Page 1 of2) REQUEST TO ENCUMBER, ADD, LIQUIDATE FUNDS OR PAY CONTRACTOR PART I: REQUEST FROM CONTRACTING DEPARTMENT l. Contractor's Name: Terra Pinna (Diversion/Educational Services) 2. Remittance Address: Mission Blvd, Hayward CA Contractor's Vendor ID: Master Contract #: NIA 5. Procurement Contract #: ----'l'-"0=5-"--98= Description of Contract: Substance Abuse Treatment 7. Procurement Contract Begin Date: 7/1/ Procurement Contract Expire Date: _6=/=3=0 /-=2=0~17"' Elation Project Info: A. D Sub-Contractor Compliance Required B. D Labor Compliance Required 10. Board Waiver #: n/a GSA Waiver #: n/a Federal Fund Waiver #: NIA 11. ENCUMBER FUNDS IN A NEW PURCHASE ORDER Date of Board Minute Order: File/Item/Contract Number: Tot al Amount Authorized By Board: Amount to be Encumbered: Justification if partial encumbrance requested: 12. ADD FUNDS TO AN EXISTING PURCHASE ORDER PO Number: _ Date of Board Minute Order: File/Item/Contract Number: Total Amount Authorized By Board: Amount to be Encumbered:.$_, Justification if partial encumbrance requested: 13. LIQUIDATE FUNDS FROM A PURCHASE ORDER Purchase Order Number: Amount to be Liquidated: Liquidation Justification: PAY CONTRACTOR -ATTACH INVOICE PO#: PO Type: Business Unit: Voucher #: Invoice #: Amount Due $: Service Period: 15. Pax..ment Handling (See Reverse): [8J US-Mail D DP-Return to Department D SP-Department Pick Up LJAA-Mail w/attachments D 3rd Party CBAP Pay Comments 16. Dept. Claims Processor: Dept. Claims Approver: Authorized signatory below certifies that contractor has provided goods/services as invoiced and verifies the mathematical accuracy of \the invoice; that all financial provisions of the contract have been met (including the rates charged); that all invoiced items are specifically authorized by the contract and no contract limits have been exceeded (in total, by month or by expense category. 17. ACCOUNTING INFORMATION Business Unit Account Fund De t Pro ram BY Subclass Pro'/Grant Amount SOCS A $140, A. Send Response to:.:...:..:::..o..:.=:...="-7 'o;..:.;>,,,,,...-a-- - B. QIC: C. Phone: Total $140, or 19. A. Authorized Signature: C. Date:~---+.,., ,_~ 20. Print Name of Authorized Signatory: PART II: RESPONSE FROM AUDITOR-CONTROLLER D The Auditor-Controller encumbered in a new PO. The PO Number is D The Auditor-Controller added to PO Number The Auditor-Controller liquidated from PO Number D Contractor payment Approved D Contractor payment Denied-Reason: _ D This fonn is being returned to you due to insufficient funds in the appropriation account. D The following infonnation is needed before this request can be processed. Signature of Contract Processor/Claims Approver Date:

12 FIRST AMENDMENT TO AGREEMENT This First Amendment to Agreement ("First Amendment") is made by the County of Alameda ("County") and Terra Firma Diversion & Educational Services, ("Contractor") with respect to that certain agreement entered by them on (referred to herein as the "Agreement") pursuant to which Contractor provides Substance Abuse Testing and Treatment (SATT) Services to County. County and Contractor agree as follows: 1. For valuable consideration, the receipt and sufficiency of which are hereby acknowledged, County and Contractor agree to amend the Agreement in the following respects: a. Increase the current FY14-15 maximum award level by an additional $140,000, increasing the maximum award level from Two Hundred Forty Nine Thousand dollars ($249,000.00) to Three Hundred Eighty Nine Thousand dollars ($ ) thiough June 30, b. Increase the FY15-16 and FY16-17 current annual maximum award amount of $249,000 by an additional $25,000 each for a new maximum award amount of $274,000 per each fiscal year, increasing the current maximum total award of Seven Hundred Forty Seven Thousand ($747,000) to a new maximum total award ofnine Hundred Thirty Seven Thousands($ 937,000) over award period of July 1, 2014 through June 30, 2017 A Revised Exhibit A, Scope of Work, is attached to this First Amendment. A Revised Exhibit B, Payment Terms, is attached to this First Amendment. 2. The term of the Agreement is currently scheduled to expire on 06/30/2017. As of the Effective Date, the term of the Agreement still expires on 6/30/2017.

13 3. In consideration for Contractor' s additional services, the County shall pay Contractor an additional amount not to exceed One Hundred Ninety Thousand dollars ($190,000). As a result of these additional services the not to exceed amount has increased from Seven Hundred Forty Seven Thousand dollars ($747,000) to a new maximum total award of Nine Hundred Thirty Seven Thousand dollars ($937,000) over the term of the Agreement and any amendments. FY $389,000 maximum FY $274,000 maximum FY $274,000 maximum 4. Item 20 of the Standard Services Agreement has been amended as follows: TERMINATION: The County has and reserves the right to suspend, terminate or abandon the execution of any work by the Contractor without cause at any time upon giving to the Contractor prior written notice. In the event that the County should abandon, terminate or suspend the Contractor's work, the Contractor shall be entitled to payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. Said payment shall be computed in accordance with Exhibit B hereto, provided that the maximum amount payable to Contractor for its Professional Training Services shall not exceed $937,000 for payment for services provided hereunder prior to the effective date of said suspension, termination or abandonment. 5. Except as otherwise stated in this First Amendment, the terms and provisions of this First Amendment will be effective as of the date this First Amendment is executed by the County ("Effective Date"). 6. DEBARMENT AND SUSPENSION CERTIFICATION: a. By signing this First Amendment and Revised Exhibits A and B, Debarment and Suspension Certification, Contractor/Grantee agrees to comply with applicable federal suspension and debarment regulations, including but not limited to 7 Code of Federal Regulations (CFR) , 2

14 28 CFR 66.35, 29 CFR 97.35, 34 CFR 80.35, 45 CFR and Executive Order b. By signing this Agreement, Contractor certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntary excluded by any federal department or agency; (2) Shall not knowingly enter into any covered transaction with a person who is proposed for debarment under federal regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in such transaction. 7. Except as expressly modified by this First Amendment, all of the terms and conditions of the Agreement are and remain in full force and effect. 3.

15 IN WITNESS WHEREOF, the parties hereto have executed this First Amendment to the Agreement as of the day and year first above written. COUNTY OF ALAMEDA CONTRACTOR/COMPANY NAME Terra Firma Diversion :J~&_Si-~-a-tu, r By:, Name: SCOTI HAGGERTY (Printed) Title: President of the Board of Supervisors Name: 8e{~~ \<_, ~e_\\~( (Printed) Title: E"'f. e ~""~I~.(. ejef, c.e._k. Date: ~ { 2- { \ S Approved as to Form: Approved as to Form DON R ZIE BY.~-+-~~-+... i=.-~~;..._---- B y: Print Name VA\ --lj County Counsel Signature By signing above, signatory warrants and represents that he/she executed this Agreement in his/her authorized capacity and that by his/her signature on this Agreement, he/she or the entity upon behalf of which he/she acted, executed this Agreement 4

16 REVISED EXHIBIT A Last revised: 1/27/15 Scope of work: Except as expressly modified by this Revised Exhibit A, all of the work scope and terms description of the original Exhibit A - Scope of work remain in full force and effect. The goal of the Department of Children and Family Services Substance Abuse Testing and Treatment Services (SA TT) program is to relieve and reduce the incidence of child abuse or neglect of children, 0-18 years old, due to the substance abuse of family members. In FY 14-15, the Department of Children and Family Services (CFS). contracted with three community-based SATT programs to provide a standardized client assessment, substance abuse testing and group counseling, as appropriate, for CFS clients in need of substance abuse testing and treatment. Prior to the FY RFP process, CFS SATT services were analyzed for best practices. As a result of this assessment, the RFP included enhancements to the SATT program scope of work. These enhancements included a standardized client assessment for all referred CFS clients, the development of a Client Recovery Plan as well as measurable Results Based Accountability (RBA) objectives that address client engagement, assess the client's understanding of the impact of their substance abuse has on their family/children, as well as the client's overall satisfaction with SATT program services. Progress towards these goals is monitored by SSA Contracts and CFS Program staff through the monthly submission ofrba documents by the providers, periodic site visits, monthly CFS/Provider Collaborative Meetings and fiscal monitoring. In order to promote cost effective operations, SATT providers will bill Medi-Cal for all eligible client services related to the provision of substance abuse treatment For CFS clients. Contractor will regard Alameda County CFS, as the payer of last resort. Contractor will screen for Medi-Cal eligibility and establish Medi-Cal eligibility on a monthly basis, for each referred CFS client. Contractor will bill Medi-Cal, first, for all SA TT eligible clients and services related to this contract. Contractor will only perform confirmatory drug testing, on a positive or negative drug testing result, at the written request of the CWW and/or other designated CFS staff. The CWW and/or other designated CFS staff will have the exclusive authority to authorize confirmatory or other "repeated" testing on a single sample. At no time should confirmatory testing be done at the request of the client or at the discretion of the provider without prior CFS staff approval. 5

17 .REVISED EXHIBIT B Payment Terms and Conditions Revised 1/27/15 1. Except as expressly modified by this Revised Exhibit B, all of the terms and conditions of the original Exhibit B - Payment Terms are and remain in full force and effect. 2. The total maximum contract amount authorized during the period of this agreement is $937,000 through June 30, The total maximum Contract amount for each fiscal year is as follows: FY $389,000 FY $274,000 FY $274, This contract payment shall be Services As Needed (SAN) Reimbursements based on the number of client referrals in each service category. There shall be no minimum or maximum service units set for any service category. Reimbursement shall follow the rate schedule below. The billable services must reflect the following breakdown/category of service: Service Category Service Rate/Unit Cost Intake/ Assessment $70 ASI Lite Drug Testing: UA In-house $35 Drug Testing: UA Lab/Confirmatory $45 Drug Testing: UA EtG $30 Drug Testing: Hair Follicle. $120 Treatment: Group Counseling $30 CDAC Specialist Consultation $40/hour* Casework Support $48/hour* *billed in 15 minute increment No changes m the service rate may be permitted without pnor approval from the County. Any change shall be decided by mutual agreement between the County and Contractor. 6

18 .. EXHIBITD COUNTY OF ALAMEDA DEBARMENT AND SUSPENSION CERTIFICATION The contractor, under penalty of perjury, certifies that, except as noted below, contractor, its principals, and any named or unnamed subcontractor: Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; Has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three years; Does not have a proposed debarment pending; and Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessary result in denial of award, but will be considered in determining contractor responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Standard Services Agreement. Signing this Standard Services Agreement on the signature portion thereof shall also constitute signature of this Certification. CONTRACTOR: Terra Firma Diversion ---- PRINCIPAL~:: C<lklf TITLE: Erc...rr\"-L 6'ffic'ee_ SIGNATU~1: f::j1w\ DATE : ez ( '2-( \ S "

19 .. RFP No., Master Contract No, Procurement Contract No. _ EXHIBITO COUNTY OF ALAMEDA RFP/QNo.900xxx for BidTitle THE IRAN CONTRACTING ACT (ICA) OF 2010 For Procurements of$1,000,000 or more The California Legislature adopted the Iran Contracting Act (ICA) to respond to policies of Iran in a uniform fashion (PCC 2201(q)). The ICA prohibits persons engaged in investment activities in Iran from bidding on, submitting proposals for, or entering into or renewing contracts with public entities for goods and services of one million dollars ($1,000,000) or more (PCC 2203(a)). A person who "engages in investment activities in Iran" is defined in either of two ways: 1. The person provides goods or services of twenty million dollars ($20,000,000) or more in the energy sector of Iran, including a person that provides oil or liquefied natural gas tankers, or products used to construct or maintain pipelines used to transport oil or liquefied natural gas, for the energy sector of Iran; or 2. The person is a financial institution (as that term is defined in 50 U.S.C. 1701) that extends twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that person will use the credit to provide goods or services in the energy sector in Iran and is identified on a list created by the California Department of General Services (DGS) pursuant to PCC 220 I (b) as a person engaging in the investment activities described in paragraph I above. By signing below, I hereby certify that as of the time of bidding or proposing for a new contract or renewal of an existing contract, neither I nor the company I own or work for are identified on the DGS list of ineligible persons and neither I nor the company I own or work for are engaged in investment activities in Iran in violation of the Iran Contracting Act of2010. If either I or the company I own or work for are ineligible to bid or submit a proposal or to renew a contract, but I believe I or it qualifies for an exception listed in PCC 2202(c), I have described in detail the nature of the exception: NAME: Terra Firma Diversion PRmCIPAL ~!e ~M SIGNATURE:, "'-- TITLE: ~ CvT ~U e_ DATE: _ { _'2-...(,_ ( 5" _

20 Fonn Rev 10/31/14 (Page 1 of2) REQUEST TO ENCUMBER, ADD, LIQUIDATE FUNDS OR PAY CONTRACTOR PART I: REQUEST FROM CONTRACTING DEPARTMENT l. Contractor's Name: Terra Pinna (Diversion/Educational Services) 2. Remittance Address: Mission Blvd, Hayward CA Contractor's Vendor ID: Master Contract #: NIA 5. Procurement Contract #: ----'l'-"0=5-"--98= Description of Contract: Substance Abuse Treatment 7. Procurement Contract Begin Date: 7/1/ Procurement Contract Expire Date: _6=/=3=0 /-=2=0~17"' Elation Project Info: A. D Sub-Contractor Compliance Required B. D Labor Compliance Required 10. Board Waiver #: n/a GSA Waiver #: n/a Federal Fund Waiver #: NIA 11. ENCUMBER FUNDS IN A NEW PURCHASE ORDER Date of Board Minute Order: File/Item/Contract Number: Tot al Amount Authorized By Board: Amount to be Encumbered: Justification if partial encumbrance requested: 12. ADD FUNDS TO AN EXISTING PURCHASE ORDER PO Number: _ Date of Board Minute Order: File/Item/Contract Number: Total Amount Authorized By Board: Amount to be Encumbered:.$_, Justification if partial encumbrance requested: 13. LIQUIDATE FUNDS FROM A PURCHASE ORDER Purchase Order Number: Amount to be Liquidated: Liquidation Justification: PAY CONTRACTOR -ATTACH INVOICE PO#: PO Type: Business Unit: Voucher #: Invoice #: Amount Due $: Service Period: 15. Pax..ment Handling (See Reverse): [8J US-Mail D DP-Return to Department D SP-Department Pick Up LJAA-Mail w/attachments D 3rd Party CBAP Pay Comments 16. Dept. Claims Processor: Dept. Claims Approver: Authorized signatory below certifies that contractor has provided goods/services as invoiced and verifies the mathematical accuracy of \the invoice; that all financial provisions of the contract have been met (including the rates charged); that all invoiced items are specifically authorized by the contract and no contract limits have been exceeded (in total, by month or by expense category. 17. ACCOUNTING INFORMATION Business Unit Account Fund De t Pro ram BY Subclass Pro'/Grant Amount SOCS A $140, A. Send Response to:.:...:..:::..o..:.=:...="-7 'o;..:.;>,,,,,...-a-- - B. QIC: C. Phone: Total $140, or 19. A. Authorized Signature: C. Date:~---+.,., ,_~ 20. Print Name of Authorized Signatory: PART II: RESPONSE FROM AUDITOR-CONTROLLER D The Auditor-Controller encumbered in a new PO. The PO Number is D The Auditor-Controller added to PO Number The Auditor-Controller liquidated from PO Number D Contractor payment Approved D Contractor payment Denied-Reason: _ D This fonn is being returned to you due to insufficient funds in the appropriation account. D The following infonnation is needed before this request can be processed. Signature of Contract Processor/Claims Approver Date:

21

22

23

24

25

26

27

March 3, Approval of funding increases to Terra Firma and Bi-Bett contracts for increased FY Substance Abuse Testing Services

March 3, Approval of funding increases to Terra Firma and Bi-Bett contracts for increased FY Substance Abuse Testing Services Alameda County AGENDA March 30, 2010 Thomas L. Berkley Square Social Services 2000 San Pablo Avenue, Oakland, CA 94612 510-271-9100 f Fax: 510-271-9108 Agency Yolanda Baldovinos ybaldovi2@co.alameda.ca.us

More information

ALAMEDA COU NTY HEALTH CARE SERVICES AGENCY ALEX BRISCOE, Director

ALAMEDA COU NTY HEALTH CARE SERVICES AGENCY ALEX BRISCOE, Director ALAMEDA COU NTY HEALTH CARE SERVICES AGENCY ALEX BRISCOE, Director AGENCY ADMIN. & FINANCE 1000 San Leandro Boulevard, Suite 300 San Leandro, CA 94577 Tel: (510) 618-3452 Fax: (510) 351-1367 May 10, 2011

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

Form Rev 02/10 COMMUNITY BASED ORGANIZATION Master Contract Exhibit A and B Coversheet

Form Rev 02/10 COMMUNITY BASED ORGANIZATION Master Contract Exhibit A and B Coversheet Form 110-8 Rev 02/10 COMMUNITY BASED ORGANIZATION Master Contract Exhibit A and B Coversheet Dept Name: SSA Children & Family Services Vendor ID #: 27284 Board PO #: Bus Unit: SOCSA Master Contract #:

More information

Approval Standard Services Agreement Amendment between Joseph Barger M.D., and Public Health Department, Emergency Medical Services

Approval Standard Services Agreement Amendment between Joseph Barger M.D., and Public Health Department, Emergency Medical Services ALAMEDA COUNTY HEALTH CARE SERVICES AGENCY AGENDA November 1 2012 ALEX BRISCOE, Director AGENCY ADMIN. & FINANCE 1000 San Leandro Blvd, Suite 300 San Leandro, CA 94577 Tel: (510) 618-3452 Fax: (510) 351-1367

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE PART B. 2019 QUESTIONNAIRE PREQUALIFICATION FOR GENERAL CONTRACTORS AND MECHANICAL, ELECTRICAL AND PLUMBING SUBCONTRACTORS CONTACT INFORMATION Firm Name: Check One: (As it appears on license) Corporation

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Children with Special. Services Program Expedited. Enrollment Application

Children with Special. Services Program Expedited. Enrollment Application Children with Special Health Care Needs (CSHCN) Services Program Expedited Enrollment Application Rev. VIII Introduction Dear Health-care Professional: Thank you for your interest in becoming a Children

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

FIFTH AMENDMENT TO AGREEMENT

FIFTH AMENDMENT TO AGREEMENT Procurement Contract No. 7209 FIFTH AMENDMENT TO AGREEMENT This Fifth Amendment to Agreement ("Fifth Amendment") is made by the County of Alameda ("County") and Full Court Press Communications Inc., ("Contractor")

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM QUESTIONNAIRE

LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM QUESTIONNAIRE LOS ANGELES WORLD AIRPORTS CONTRACTOR RESPONSIBILITY PROGRAM QUESTIONNAIRE On December 4, 2001, the Board of Airport Commissioners adopted Resolution. 21601, establishing LAWA s (CRP). The intent of the

More information

LIMITED POWER OF ATTORNEY

LIMITED POWER OF ATTORNEY State of Utah ) County of _Salt Lake ) LIMITED POWER OF ATTORNEY I, (print provider name), being of sound mind, willfully and voluntarily appoint the University of Utah, a body politic and corporate of

More information

EMPLOYMENT AGREEMENT FOR POSITION OF GENERAL MANAGER

EMPLOYMENT AGREEMENT FOR POSITION OF GENERAL MANAGER EMPLOYMENT AGREEMENT FOR POSITION OF GENERAL MANAGER This Employment Agreement ( Agreement ) is entered into by and between the Yorba Linda Water District ( District ), a county water district created

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: A. Making revisions

More information

DCE-100 CONTRACT REQUEST FORM FOR NEW CONTRACTS

DCE-100 CONTRACT REQUEST FORM FOR NEW CONTRACTS DCE-100 CONTRACT REQUEST FORM FOR NEW CONTRACTS Deadline (if any, explanation on cover memo): _ LAW MANAGER NO: * (*entry to be made by Law Dept.) [1] DEPARTMENT DEPARTMENT # REPRESENTATIVE [PROJECT MANAGER]

More information

SERVICE AGREEMENT

SERVICE AGREEMENT SERVICE PROVIDER TRUSTEES SERVICE AGREEMENT 02-09-18 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract Code 10700, et

More information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions

EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK. IT General Provisions EXHIBIT A ONE-TIME-ACQUISITION STATEMENT OF WORK IT General Provisions This Statement of Work ( Agreement ) reflects the change to General Provisions, GSPD-401- IT Commodities, as required for the California

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017)

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017) APPLIES TO : 1. Legal Status (OCT 12) 2. Disputes (APR 12) 3. Representations (JAN 17) 4. Advertisements (OCT 12) 5. Audit (FEB 15) 6. Indemnify and Hold Harmless (MAY 15) 7. Authority to Bind (AUG 08)

More information

Employers Training Resource Program Year Youth Subrecipients

Employers Training Resource Program Year Youth Subrecipients TO: Employers Training Resource Program Year 2013-14 Youth Subrecipients FROM: Daniel C. Smith, Director Employers' Training Resource DATE: Friday, March 14, 2014 SUBJECT: Youth Request for Refunding (RFR)

More information

ADVANTAGE PROGRAM WAIVER SERVICES PROVIDER

ADVANTAGE PROGRAM WAIVER SERVICES PROVIDER ADVANTAGE PROGRAM WAIVER SERVICES PROVIDER Based upon the following recitals, the Oklahoma Health Care Authority (OHCA hereafter) and (PROVIDER hereafter) enter into this Agreement. (Print Provider Name)

More information

Thomas L. Berkley Square Agency. November 6, 2008

Thomas L. Berkley Square Agency. November 6, 2008 Alameda County Social Services AGENDA December 16,2008 Thomas L. Berkley Square Agency 2000 San Pablo Avenue, Oakland, CA 94612 510-271-9100 I Fax: 510-271-9108 Yolanda Baldovinos ybaldovi2@acgov.org Interim

More information

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010

CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 CERTIFICATIONS AND STATUTORY REQUIREMENTS For Capital Procurement Only Effective July 1, 2010 GENERAL TERMS: Vendor is defined as any entity that is contractually obligated to perform work on behalf of

More information

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,

More information

SUBCONTRACTOR PROVIDER AGREEMENT

SUBCONTRACTOR PROVIDER AGREEMENT SUBCONTRACTOR PROVIDER AGREEMENT THIS SUBCONTACTOR PROVIDER AGREEMENT ( Subcontractor Agreement ) is made and entered into as of this day of, 20 ( Effective Date ) by and between the Asthma & Allergy Foundation

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018 oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610.

Commission on Peace Officer Standards and Training. Exhibit A Scope of Work 2 page(s) 3 page(s) General Terms and Conditions GIC 610. Attachment A - Agreement Number 17112111 Page 1 of 15 STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 06/03) AGREEMENT NUMBER 1711211 I REGISTRATION NUMBER 1. This Agreement is entered into between

More information

REQUEST FOR BIDS MODERNIZATION

REQUEST FOR BIDS MODERNIZATION REQUEST FOR BIDS MODERNIZATION 3 MODERNIZATION UNITS LOCATED IN SEQUOYAH COUNTY Bids Due: January 15th, 2019 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918)

More information

RETURN WITH STATEMENT OF INTEREST

RETURN WITH STATEMENT OF INTEREST CONSULTANT S DISCLOSURE STATEMENT PTB #: Firm Name: DISCLOSURES A. The disclosures hereinafter made by the firm are each a material representation of fact upon which reliance is placed should the Department

More information

APPENDIX 15 LABOR CODE REQUIREMENTS

APPENDIX 15 LABOR CODE REQUIREMENTS APPENDIX 15 LABOR CODE REQUIREMENTS A. Worker s Compensation Developer shall comply with the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability

More information

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop. ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE CONTACT INFORMATION Firm Name: Check One: Corporation (as it appears on license) Partnership Sole Prop. Contact Person: Address: Phone: Fax: If Firm is a sole

More information

CONTRA COSTA COMMUNITY COLLEGE DISTRICT 500 Court St, Martinez, CA CONTRACTOR INFORMATION

CONTRA COSTA COMMUNITY COLLEGE DISTRICT 500 Court St, Martinez, CA CONTRACTOR INFORMATION 500 Court St, Martinez, CA 94553 CONTRACTOR PREQUALIFICATION APPLICATION FORM (CUPCCAA, PCC 22000) INFORMAL BIDDING PROCEDURES (PCC 22030) CONTRACTOR INFORMATION Firm / Company Name: (as it appears on

More information

Patton State Hospital INVITATION FOR BID

Patton State Hospital INVITATION FOR BID 3102 East Highland Avenue, Patton, CA 92369 (909) 425-7000 INVITATION FOR BID May 17, 2011 Notice to Prospective Bidders: The California Department of Mental Health, (PSH), invites you to participate in

More information

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE:

FOR QUALIFICATIONS FOR THE PROVISION OF PROFESSIONAL SERVICES FOR CALENDAR YEAR 2019 ISSUE DATE: 9, 2018 DUE DATE: NOTE: The will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request for Qualifications.

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-10-17-3755 ROGERS COUNTY Bids Due: November 7, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for

COUNTY OF ALAMEDA BEHAVIORAL HEALTH CARE SERVICES INFORMAL REQUEST FOR QUOTE (IRFQ) for ALCOHOL, DRUG & MENTAL HEALTH SERVICES MARYE L. THOMAS, M.D., DIRECTOR 2000 Embarcadero Cove, Suite 400 Oakland, California 94606 (510-) 567-8100 / TTY (510) 533-5018 COUNTY OF ALAMEDA BEHAVIORAL HEALTH

More information

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

More information

REQUEST FOR BIDS MINOR REPAIRS

REQUEST FOR BIDS MINOR REPAIRS REQUEST FOR BIDS MINOR REPAIRS SOLICITATION #A10-01-17-3415 SEQUOYAH COUNTY Bids Due: February 16, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482

More information

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M.

REQUEST FOR BIDS. Installation of 6 Chain Link Fence & Gates. Bids Due: December 12th, 2016 at 10:00 A.M. REQUEST FOR BIDS Installation of 6 Chain Link Fence & Gates Bids Due: December 12th, 2016 at 10:00 A.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 (918) 456-5482 Housing

More information

PART A. Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent: Name_ TIN

PART A. Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent: Name_ TIN PART A ATTACHMENT TO RFP # Certifications and Representations for Commercial Items for Government Programs Applicable to Harris Corporation Government Communications Systems 1. 52.204-3 TAXPAYER IDENTIFICATION

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

Intergovernmental Agreement

Intergovernmental Agreement Intergovernmental Agreement Date: July 1, 2013 Parties: Yavapai County Free Library District, an Arizona library district ( District ) Yavapai County Education Service Agency ( YCESA ), the statutory educational

More information

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services

December 13, Dear Vendors: Reference: RFQ No. FY Subject: Annual Shipping Services December 13, 2018 Dear Vendors: Reference: RFQ No. FY19-17764 Subject: Annual Shipping Services AAMVA is hereby requesting quotes on the following products or services below. Please make sure that you

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

CONSTRUCTION AGREEMENT

CONSTRUCTION AGREEMENT CONSTRUCTION AGREEMENT THIS AGREEMENT, made and entered into this First (1 st ) day of January, 2017 until December 31, 2017 by and between HABITAT FOR HUMANITY OF PINELLAS COUNTY, INC., hereinafter called

More information

August 26, Dear Potential Provider:

August 26, Dear Potential Provider: August 26, 2016 Dear Potential Provider: The Roaring Fork Transportation Authority (RFTA) is soliciting written quotations for Pavement Striping Services at designated RFTA Park & Ride locations. The anticipated

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

More information

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT

DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT DEPARTMENT OF VERMONT HEALTH ACCESS GENERAL PROVIDER AGREEMENT ARTICLE I. PURPOSE The purpose of this Agreement is for Department of Vermont Health Access (DVHA) and the undersigned Provider to contract

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

More information

Brent D. Sherard, M.D., M.P.H., Director and State Health Officer

Brent D. Sherard, M.D., M.P.H., Director and State Health Officer Office of Health Care Financing, EqualityCare 6101 Yellowstone Road, Suite 210 Cheyenne WY 82002 WEB Page: http://wdh.state.wy.us/medicaid FAX (307) 777-6964 (307) 777-7531 Brent D. Sherard, M.D., M.P.H.,

More information

E-Rate Services Agreement

E-Rate Services Agreement E-Rate Services Agreement Date: July 1, 2013 Parties:, an Arizona charter school ( Charter School ) Yavapai County Education Service Agency ( YCESA ), the statutory educational service agency for Yavapai

More information

PURCHASER ELIGIBILITY CERTIFICATION. Sale/Loan Pool Number(s):

PURCHASER ELIGIBILITY CERTIFICATION. Sale/Loan Pool Number(s): OMB Number: 3064-0135 Expiration Date: 05/31/2012 PURCHASER ELIGIBILITY CERTIFICATION Sal: The purpose of the Purchaser Eligibility Certification is to identify Prospective Purchasers who are not eligible

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

More information

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS Hollister School District will be soliciting bids for reconstruction and new construction on Measure M Bond Projects.

More information

Exhibit B A3 Budget Detail and Payment Provisions. Part I General Fiscal Provisions

Exhibit B A3 Budget Detail and Payment Provisions. Part I General Fiscal Provisions Budget Detail and Payment Provisions Part I General Fiscal Provisions Section 1 General Fiscal Provisions A. Fiscal Provisions For services satisfactorily rendered, and upon receipt and approval of documentation

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

Provider Agreement for Participation in Pennsylvania s Consolidated and Person/Family Directed Support (P/FDS) Waivers

Provider Agreement for Participation in Pennsylvania s Consolidated and Person/Family Directed Support (P/FDS) Waivers Provider Agreement for Participation in Pennsylvania s Consolidated and Person/Family Directed Support (P/FDS) Waivers Deleted: Medical Assistance Program This agreement, made this day of, 20, between

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

RECITALS. WHEREAS, pursuant to the Loan Agreement, the Loan accrued interest at a rate of six percent (6%); and

RECITALS. WHEREAS, pursuant to the Loan Agreement, the Loan accrued interest at a rate of six percent (6%); and Exhibit A REINSTATED LOAN AGREEMENT BETWEEN THE CITY OF SAN LEANDRO AND THE SUCCESSOR AGENCY TO THE REDEVELOPMENT AGENCY OF THE CITY OF SAN LEANDRO FOR THE PLAZA PROJECT LOAN This Loan Agreement (this

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

Professional and Technical Services Contract State of Minnesota

Professional and Technical Services Contract State of Minnesota Professional and Technical Services Contract State of Minnesota SWIFT Contract No.: Attachment IV Note: If you take exception to any of the terms, conditions or language in the contract, you must indicate

More information

RETAIL DISCLOSURE SHEET 26 TH FLOOR, CORNING TOWER, EMPIRE STATE PLAZA ALBANY, NEW YORK PROJECT NO: DATE: FEDERAL I.D. NO.

RETAIL DISCLOSURE SHEET 26 TH FLOOR, CORNING TOWER, EMPIRE STATE PLAZA ALBANY, NEW YORK PROJECT NO: DATE: FEDERAL I.D. NO. NYS OFFICE OF GENERAL SERVICES Real Estate Planning RETAIL DISCLOSURE SHEET 26 TH FLOOR, CORNING TOWER, EMPIRE STATE PLAZA ALBANY, NEW YORK 12242 PROJECT NO: DATE: FEDERAL I.D. NO. (FEIN): BUSINESS ENTITY

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT ATTACHMENT E REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGEMENTS AND AFFIDAVITS Page 2 of 10 REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGMENTS,

More information

State of New Mexico Medicaid Program Electronic Data Interchange (EDI) Provider Enrollment Application

State of New Mexico Medicaid Program Electronic Data Interchange (EDI) Provider Enrollment Application State of New Mexico Medicaid Program Electronic Data Interchange (EDI) Provider Enrollment Application New Mexico EDI Provider Enroll App 7-27-17 1 Name and Business Organization Information Direct EDI

More information

VENDOR RESPONSIBILITY QUESTIONNAIRE -- NOT-FOR-PROFIT BUSINESS ENTITY

VENDOR RESPONSIBILITY QUESTIONNAIRE -- NOT-FOR-PROFIT BUSINESS ENTITY BUSINESS ENTITY INFORMATION Legal Business EIN Email Telephone Website ext. Fax Authorized Contact for this Questionnaire : Telephone Email ext. Fax List any other DBA, Trade, Other Identity, or EIN used

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Housing Authority of the Cherokee Nation   REQUEST FOR BIDS Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-060 Auction Services Bid Due Date: Thursday May 7th, 2015 at 10:00 A.M. Housing Authority of the Cherokee

More information

SAMPLE. California State University Lorem Ipsum Ipsum Lorem Service Provider, Inc.

SAMPLE. California State University Lorem Ipsum Ipsum Lorem Service Provider, Inc. SERVICE PROVIDER TRUSTEES TASK ORDER SERVICE AGREEMENT Rev. 7/12/16 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract

More information

WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT

WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT WORCESTER POLYTECHNIC INSTITUTE PROFESSIONAL SERVICES AGREEMENT AGREEMENT made and entered into this day of, by and between Worcester Polytechnic Institute (hereinafter referred to as University), a not-for-profit

More information

Illinois Department of Human Services Individual Provider Agreement for Authorization to Provide Early Intervention Services

Illinois Department of Human Services Individual Provider Agreement for Authorization to Provide Early Intervention Services Page 1 of 6 Illinois Department of Human Services for Authorization to Provide Early Intervention Services Note: The Provider shall type or print legibly all information except for the signature. This

More information

STS RESEARCH CENTER PARTICIPANT USER FILE RESEARCH PROGRAM DATA USE AGREEMENT

STS RESEARCH CENTER PARTICIPANT USER FILE RESEARCH PROGRAM DATA USE AGREEMENT MODEL FOR PUF RESEARCH STS RESEARCH CENTER PARTICIPANT USER FILE RESEARCH PROGRAM DATA USE AGREEMENT THIS DATA USE AGREEMENT (the Agreement ) is entered into and made effective the day of, 20 (the Effective

More information

Small Business Enterprise Verification Application 49 C.F.R. Part 26

Small Business Enterprise Verification Application 49 C.F.R. Part 26 Small Business Enterprise Verification Application 49 C.F.R. Part 26 All firms wishing to verify its status as a Small Business Enterprise (SBE) must complete this application and submit it to the Philadelphia

More information

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT

CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE PRINTING SERVICES MASTER SERVICES AGREEMENT 1. Scope: CALIFORNIA PARTICIPATING ADDENDUM WESTERN STATES CONTRACTING ALLIANCE THE STANDARD REGISTER COMPANY MASTER SERVICES AGREEMENT 7-08-99-03 This Participating Addendum covers the purchase of Printing

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR

TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR TOWN OF OYSTER BAY DEPARTMENT OF GENERAL SERVICES NASSAU COUNTY, NEW YORK REQUEST FOR PROPOSAL (RFP) FOR ONLINE AUCTION SERVICES FOR SURPLUS TOWN PROPERTY SOLICITATION NO. 001-2019 _ ISSUANCE DATE: JANUARY

More information

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS

ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS Date Page 1 of 9 ATTACHMENT L REQUIREMENTS FOR CALIFORNIA PUBLIC WORKS PROJECTS Department of Industrial Relations Registration 1. In accordance with California Labor Code Section 1725.5, all public works

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR-PROFIT CONSTRUCTION (CCA-2)

NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR-PROFIT CONSTRUCTION (CCA-2) AC 3292-S (Rev. 9/13) You have selected the For-Profit Construction questionnaire, commonly known as the CCA-2, which may be printed and completed in this format or, for your convenience, may be completed

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR

COOPERATIVE AGREEMENT NO. C BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR 1 2 3 4 5 6 7 COOPERATIVE AGREEMENT NO. C-6-1309 BETWEEN ORANGE COUNTY TRANSPORTATION AUTHORITY AND COUNTY OF ORANGE FOR PROJECT V COMMUNITY- BASED TRANSIT/CIRCULATORS 8 THIS AGREEMENT, is effective this

More information