Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

Request for Proposals (RFP) for

Health Care Service Capacity Assessment and Health Equity Data


Analysis
Issued by:

Washington County Department of Public Health and Environment (PHE)

Date: April 7, 2017

The issuance of this RFP constitutes only an invitation to submit a Proposal to the COUNTY. It is not to
be construed as an official and customary request for bids, but as a means by which the COUNTY can
facilitate the acquisition of information related to the purchase of Services. Any Proposal submitted, as
provided herein, constitutes an indication to negotiate and NOT A BID.

Request for Proposals will be accepted no later than 2:00 pm Central Daylight Time (CDT) on or before
May 5, 2017.

Telephone calls will not be accepted regarding this Request for Proposal.
Table of Contents
Project Information ....................................................................................................................................... 3
Purpose and Overview ..................................................................................................................... 3
Study Area ........................................................................................................................................ 3
Project Oversight ............................................................................................................................. 3
Budget and Schedule ....................................................................................................................... 3
Funding ............................................................................................................................................ 3
Proposal Process ........................................................................................................................................... 3
RFP Response Format ................................................................................................................................... 6
Scope of Services – General Information...................................................................................................... 8
Project Schedule .............................................................................................................................. 8
Project Status Communication ........................................................................................................ 8
Document Management and Control .............................................................................................. 8
Scope of Work Change ..................................................................................................................... 9
Scope of Services – Required Tasks .............................................................................................................. 9
Project Managment ......................................................................................................................... 9
Health Care Service Capacity Assessment ....................................................................................... 9
Health Equity Data Analysis ........................................................................................................... 10
Recommended Strategies for Implementation ............................................................................. 10
Evaluation ................................................................................................................................................... 10
Contract Term & Requirements .................................................................................................................. 11
Additional Information................................................................................................................................ 12
Attachment A – Contract Terms ................................................................................................................. 13

Page | 2
WASHINGTON COUNTY
HEALTH CARE SERVICE CAPACITY ASSESSMENT AND HEALTH EQUITY DATA ANLYSIS

I. Project Information

1. Purpose and Overview


Washington County Health Care Service Capacity Assessment and Health Equity Data
analysis aims to evaluate the gaps and barriers in health care services available to county
residents and to develop a process for examining key health disparities and potential root
causes among county residents, with a focus on populations that may lack health care or
experience barriers to service. This study is the first step in understanding the health care
needs and key health disparities in our community, and the main objectives are:
 Evaluate the current availability of health care services to the population in
Washington County (PHAB 7.1.1);
 Identify populations who experience barriers to health care services (PHAB 7.1.2);
 Identify gaps in access to health care services and barriers to the receipt of health
care services (PHAB 7.1.3);
 Identify factors across current health care services that contribute to higher health
risks and poorer health outcomes of specific populations (PHAB 3.1.3); and
 Recommend strategies to address the identified barriers and disparities.

2. Study Area
The study area is all of Washington County with the option of including service providers
located in close proximity to the county, serving a large number of county residents.

3. Project Oversight
This study is commissioned and funded by Washington County. Washington County staff will
serve as project management for the study and shall serve as sole point of contact for
direction, deliverable review and approval, management of contract, and external
communications.

4. Budget and Schedule


Washington County has budgeted $50,000 for the Health Care Service Capacity Assessment
and Health Equity Data Analysis. Washington County intends to have the study completed
by October 31, 2017. Suggestions or recommendations for the project schedule and
streamlining of efforts are strongly encouraged.

5. Funding
Local Public Health Grant and Statewide Health Improvement Partnership.

II. Proposal Process

Proposed Timeline
 Request for Proposals (RFP) Released April 7, 2017
 Written Questions Received (4:00 PM) April 19, 2017
 Response to Questions Released (4:00 PM) April 21, 2017
 Proposals Due (2:00 PM) May 5, 2017
Page | 3
 Oral Interviews (if necessary) Week of May 29, 2017
 Contract Negotiations Interview to June 23, 2017
 Project Start June 26, 2017

RFP Questions and Clarifications

Inquiries concerning any aspect of this RFP should be submitted by (postal or email). The
closing date for receipt of written questions will be 4:00 pm CDT on April 19, 2017. Phone calls
are not acceptable. Questions received after this deadline will not be considered. All questions
received before the deadline will be compiled and responded to as identified in the schedule of
events. Each question should begin by referencing the RFP page number and section number to
which it relates.

Questions concerning this RFP should be sent to:

Stephanie Holt
Washington County
Public Health & Environment
14949 62nd St N
Stillwater, MN 55082
Stephanie.Holt@co.washington.mn.us

All questions and requests for clarification, and Washington County’s response, will be posted
on the Washington County website at https://www.co.washington.mn.us/bids.aspx.

Vendor proposals in response to this RFP will be accepted by the Washington County
Department of Public Health and Environment until 2:00 pm CDT on May 5, 2017.

RFP Amendment

Washington County reserves the right to amend this RFP at any time. Changes to the RFP, if
any, will be posted at https://www.co.washington.mn.us/bids.aspx.

Proposal Submission

Proposals will be accepted by the Washington County Department of Public Health and
Environment until 2:00 pm CDT on May 5, 2017. Proposals received after the Proposal due
date/time will not be accepted and will be marked “LATE” and shall be returned to the Vendor.

Vendors' proposals can be mailed to:


Stephanie Holt
Washington County
Public Health & Environment
14949 62nd St N
Stillwater, MN 55082
Stephanie.Holt@co.washington.mn.us
Page | 4
Vendor’s proposals can be hand delivered to the address above. Hand delivered responses will
be collected but will not be opened and read at that time.

Please note that it is the vendor's responsibility to ensure that the proposal and all other
required documents are received at the address named above by the closing date and time
specified above.

All proposals submitted become the property of the County and will not be returned.

Proposal Rejection or Acceptance

Washington County reserves the right to accept or reject any or all proposals and to waive any
defects or technicalities or to advertise for new proposals where the acceptance, rejection,
waiving, or advertising of such would be in the best interest of the County. The County reserves
the right to reject proposals based on the evaluation of submitted materials and to accept
proposals other than those submitting the lowest pricing. The County reserves the right to
disqualify any proposal, before or after opening, if there is evidence of collusion with intent to
defraud, or other illegal practices upon the part of the Vendor, or for noncompliance with the
requirements of these documents.

In participating in this proposal process, all Vendors agree to keep their offers open for 120
days. However, a proposal may be withdrawn any time prior to that end of 120 days.

Public Records

Washington County is aware that information contained in the proposals indicates the vendor's
current operations. Proposals submitted become a matter of public record. All data collected,
created, received, maintained, or disseminated for any purposes by the activities of the Vendor
because of this RFP is governed by the Minnesota Government Data Practices Act, Minnesota
Statutes Chapter 13. Proposal information is private or nonpublic until the responses are
opened; once opened, proposer’s name becomes public. Upon completion of the evaluation
process, the remaining data becomes public but for trade secrets. If any Vendor deems
information they submit as trade secret, it must be clearly indicated as such within the RFP
response.

Ownership of Materials Submitted

All material submitted becomes the property of the county and will not be returned.

Proposal Costs

Vendors shall bear all costs associated with preparing and submitting responses to this RFP and
the subsequent evaluation phase. Washington County will, in no way, be responsible for these
costs, regardless of the conduct or outcome of the prequalification process.
Page | 5
III. RFP Response Format

Vendors must address all information specified by this RFP. All questions must be answered
completely. Washington County reserves the right to verify any information contained in the
vendor's RFP response, and to request additional information after the RFP response has been
received.

Washington County is not responsible for locating or securing any information that is not
identified as the proposal and reasonably available to Washington County. To insure that
sufficient information is available, the proposer must furnish as part of the proposal all
descriptive material necessary for Washington County to determine whether the proposal
meets the requirements of the RFP.

Washington County may make such investigations as it deems necessary to determine the
ability of the proposer to furnish the services outlined herein, and the proposer shall furnish to
Washington County all such information and data for this purpose as Washington County may
request. Washington County reserves the right to reject any proposal if the evidence submitted
by, or the investigation, of such proposer fails to satisfy Washington County that such proposer
is properly qualified to carry out the obligations of the contract.

Marketing brochures included as part of the main body of the RFP response shall not be
considered. Such material must be submitted only as attachments and must not be used as a
substitute for written responses. In case of any conflict between the content in the attachments
and a vendor's answers in the body of the proposal, the latter will prevail.

The consultant must respond to the requirements listed in this section.

1. Cover Letter
Address the cover letter to:

Stephanie Holt
Washington County
Public Health & Environment
14949 62nd St N
Stillwater, MN 55082
Stephanie.Holt@co.washington.mn.us

Include the following:

 Identification of the offering firm(s), including name, address and telephone


number of each firm;
 Name, title, address, telephone and fax numbers and e-mail address of contact
person during period of proposal evaluation;
 A statement to the effect that the proposal shall remain valid for a period of not
less than 120 days from the date of submittal; and
Page | 6
 The original proposal must be signed by a person who is authorized to sign
contracts for the respondent. The proposal copies should include the signature
page.

2. An Executive Summary of not more than three pages.


3. Profile of Proposed Team including the size and organizational structure, past history,
and the status and outcome of any lawsuits brought against the proposer in the past
five years.
4. Description of Proposer’s Overall Approach.
5. Base Work Plan with a breakdown of project by phases or tasks. For each task listed,
identify:
 Specific staff to be involved, roles, and responsibilities.
 Time commitment for each person in hours per task.
 Schedule illustrating task relationships including anticipated meetings over the
duration of the schedule.
6. Description of Proposal Team’s Past Experience providing similar services, including:
 Names, titles, and addresses of contact persons.
 Description (history and experience) of proposal team member’s role in each
project.
 Experience with similar type projects in scale and function.
 Experience working with diverse stakeholders, particularly individuals with
disabilities and seniors.
7. Project Personnel Profile
 Resumes of key project personnel, including prior projects of similar size and
scope for which the personnel played the same or a similar role as proposed for
the project and the status and outcome of any lawsuits brought against team
member firms in the last five years.
 Organizational chart of the proposer’s team identifying firm relationship and
function of all key positions.
 Confirm that each team member will be fully engaged in the study as described
for the duration of the contract.
 Description of the current assignment and time commitment to that assignment
for all key personnel.
8. Budgets
 Hourly budget broken down by team member, by firm, and by task.
 Current hourly rates for staff.
 Current overhead rates for all team member firms.
 A schedule of reimbursable direct expenses by firm and expense type.
 A 10% contingency which shall be included in the Project Budget.
9. Suggested Modifications to Base Work Plan
 Suggested modifications to work plan and schedule.

Page | 7
 Description of additional work tasks including description of benefits to the
design process.
10. Conflict of Interest
The proposer shall list past or present involvement of all projects and relationships that
create or appear to create a conflict of interest. The list should indicate the name of the
entity, the relationship, and a discussion of the conflict. Washington County reserves the
right to exclude Proposers that have an organizational conflict of interest.
11. Required Certification Forms
The proposer shall submit certification forms included as attachments to this RFP.
IV. Scope of Services – General Information

The Washington County Health Care Service Capacity Assessment and Health Equity Data
Analysis will be administrated by Washington County. The consultant will report to the project
manager and coordinate with project committees and groups as appropriate.

The following section outlines tasks to be completed, key responsibilities, and key deliverables
to be included in the study. The proposal work plan should demonstrate an understanding of
study needs and propose an efficient study process, accounting for the inter-relationships
among the task elements. Washington County is looking to proposers to make
recommendations for how best to complete all project tasks by October 31, 2017. The
consultant proposal work plan should aspire to provide the most effective process possible
within the resource limits identified in this RFP.

1. Project Schedule
Washington County expects to complete the tasks described in Section V by October 31,
2017. Project schedules outlined in the base work plan are intended to be completed all
tasks in the scope of work in the shortest amount of time that is feasible.

2. Project Status Communication


Communication notifying Washington County of project status will be required by the
contractor for the following:
 Status and amount expended on each active task.
 Status and expected completion date of draft and final deliverable on each
active task.
 Necessary or proposed change in schedule or budget of any individual task or
subtask after finalization of schedule and budget. Any changes in scope, project
timelines, or both will need to be documented through a project memorandum
with sign-off by the contractor and Washington County staff.

3. Document Management and Control


The contractor is responsible for the management, maintenance, and delivery of all
documents produced through the study. All documents produced in the development of
any deliverable shall be preserved in their native file formats, and made available to
Washington County staff within 15 days of creation. All intermediate draft versions of a
deliverable will be preserved, with identification of the superseding version. All
Page | 8
electronic and print versions of reports and documents produced by the contractor will
become the property of Washington County. All versions of all deliverables produced by
the contractor shall be turned over to Washington County throughout the contract
period as noted above with a final digital version of all materials submitted at the
conclusion of the contract.

4. Scope of Work Change


Washington County will consider modifications to the scope of work that will result in
more effectively accomplish the objectives of the study. Any modification submitted
should be clearly marked as such within the proposal and cost estimate, with an
explanation of its expected added benefit and impact on other tasks within the scope of
work.

V. Scope of Services – Required Tasks

1. Project Management
The contractor will report to Washington County staff and coordinate with other
stakeholders as necessary to produce the deliverables. To ensure the timely and proper
execution of each task in the study, the contractor is required to meet at least monthly
with Washington County staff to discuss the progress of each task and resolve issues as
they occur in the study process.

Deliverables: Planning for and attendance at project team meetings including some
documentation preparation. Document review and management processes.

2. Health Care Service Capacity Assessment


To better understand the gaps and barriers in health care services available to county
residents, the contractor will conduct an assessment, with a particular focus on
populations that may lack health care or experience barriers to service. This study is
intended to fulfill Public Health Accreditation Board (PHAB) Standard 7.1, Measures 1-3,
and it is the first step in understanding the health care needs and key health disparities
in our community. The assessment should pay close attention to the following:
 Evaluate the current availability of health care services to the population in
Washington County (PHAB 7.1.1).
 Populations who experience barriers to health care services (PHAB 7.1.2).
 Gaps in access to health care services and barriers to the receipt of health care
services (PHAB 7.1.3).

Deliverables: A technical report including a summary of the analysis with documentation


and a list of providers and resources. Final Report must include the following sections:
 A geographically-based listing of health service locations, including location
addresses, of the following types of locations within the county, as well as
service locations in close proximity to the Washington County boundary, which
likely serve county residents. For the above listing of service locations, develop a
data table including summary data about each location (e.g. location name,
city/community where it is located, types of services provided, accepted

Page | 9
payments, contact number and web address). A spreadsheet or mapping
shapefile is expected as part of the documentation
o Medical clinics
o Dental clinics
o Hospitals
o Mental health services
o Chemical health services
 Assessment of the availability/capacity of health care services
 Assessment of gaps in access to health care services and their causes
 Assessment of barriers to the receipt of health care services and their causes
 Assessment identifying populations who experience barriers to health care
services

3. Health Equity Data Analysis


The Metro Survey of the Health of all Populations and Environments (SHAPE) and
Washington County Targeted SHAPE health assessment identified populations in
Washington County that may be at risk of health inequities and determined differences
in health outcomes between population groups (SHAPE data presentation). To better
understand what it is about the living, working, policy and system conditions in the
jurisdiction that result in different health status, the contractor will design a series of
focus groups with community members and key stakeholders who experience health
disparities, focused in one or more topics in this list: food access and nutrition, physical
inactivity, tobacco use, and mental health. The assessment should pay close attention to
the Minnesota Department of Health “Using Data to Identify Health Inequities” guide,
specifically the Conditions and Causes steps.

Deliverables:
 Focus group facilitation plan. Washington County Department of Public Health
an Environment can facilitate focus group events
 Schedule focus groups
 Attend focus groups to record information
 Analysis of input

4. Recommended Strategies for Implementation


Based on the results of the assessment process, the contractor will develop a strategic
blueprint for action with specific recommendations for Washington County. The plan
should identify gaps in services and needs of county residents and strategies for
addressing those gaps and needs.

Deliverable: A report including a summary of the strategies to be considered for


implementation.

VI. Evaluation

Proposals submitted in response to this RFP will be evaluated and scored by the Evaluation
Committee established by Washington County, in accordance with the criteria outlined below.

Page | 10
To be considered a qualified proposal, responders will need to have completed a federal aid
project in the State of Minnesota with a similar scope. The primary desire of Washington County
for this procurement is to ensure an award will be made based on the highest quality of service
that best matches the Washington County’s requirements.

The Proposal Evaluation Team will be comprised of Washington County staff from multiple
departments. Others may be added at the discretion of the project team.
 Washington County reserves the right to waive any minor irregularities in the
proposal request process.
 Washington County reserves the right to interview any or all proposers at its
discretion.
 A 100-point scale will be used to create the final evaluation recommendation. The
criteria are weighted and the proposals will be judged as follows:

Criteria Points
Expressed understanding of project objectives and technical design of the
proposal, work plan, and project approach. 25
The experience, resources, and qualifications of the proposal team and
individuals to be assigned to the project as key personnel 25
The availability of personnel and other resources to perform the work
within the specified project schedule. 15
Proposed public involvement approach and project manager and proposal
team’s experience in conducting successful stakeholder engagement for
similar projects. 25
The proposal team’s background and experience with similar work,
including ability and experience in handling projects of similar nature. 10
Highest Possible Score 100

The evaluation team may conduct oral interviews with selected proposal teams if necessary.
Washington County will not be responsible for any costs incurred by a proposer in preparing for
or making a presentation.

Washington County Proposal Evaluation Team will select a final contractor based on the quality
of written proposals, the results of oral interviews, and reference checks.

VII. Contract Term & Requirements

The term of the contact is from the date of execution through December 31, 2017.

Contract Terms: The Vendor must read the contract language provided as Attachment A. In
order to enter into a contract with Washington County, a vendor must agree to include this
language into the final contract.

Certificate of Insurance: The vendor shall provide a current copy of the company’s Certificate
of Insurance as Attachment B.
Page | 11
VIII. Additional Information

All electronic and hard copy versions of reports and documents produced by the proposer will
be the property of Washington County. All such documents shall be turned over to Washington
County in their original format, including electronic format, at the end of the project conclusion.

Page | 12
Attachment A – Contract Terms

The following terms are required when entering into a contractual relationship with Washington County.
Please acknowledge that you will agree to the following contractual terms.

INDEPENDENT CONTRACTOR.
It will be agreed that nothing within the contract is intended or should be construed in any manner as
creating or establishing the relationship of co-partners between the parties or as constituting the
Contractor as the agent, representative, or employee of the County or Public Health & Environment for
any purpose or in any manner whatsoever. The Contractor is to be and shall remain an independent
Contractor with respect to all services performed under this agreement.

The Contractor will secure, at its own expense, all personnel required in performing services under the
agreement. Any and all personnel of the Contractor or other persons, while engaged in the
performance of any work or services required by the Contractor under this agreement shall have no
contractual relationship with the County or Public Health & Environment and shall not be considered
employees of the County or Public Health & Environment.

STANDARDS.
The Contractor/Consultant shall comply with all applicable Federal law, State statutes, Federal
and State regulations, and local ordinances now in effect or hereafter adopted.

Failure to meet the requirements of the above shall be a substantial breach of the agreement and
will be cause for cancellation of this contract.

POSSESSION OF FIREARMS ON COUNTY PREMISES.


Unless specifically required by the terms of this contract, no provider of services pursuant to this
contract, including but not limited to employees, agents or subcontractors of the (Vendor or Contractor,
depending upon which term is used) shall carry or possess a firearm on county premises or while acting
on behalf of Washington County pursuant to the terms of this agreement. Violation of this provision
shall be considered a substantial breach of the Agreement; and, in addition to any other remedy
available to the county under law or equity. Violation of this provision is grounds for immediate
suspension or termination of this contract.

SUBCONTRACTING AND ASSIGNMENT.


The contractor shall not enter into any subcontract for performance of any services contemplated under
this agreement nor novate or assign any interest in the agreement without the prior written approval of
the county. Any assignment or novation may be made subject to such conditions and provisions as the
county may impose.

If the contractor subcontracts the obligations under this agreement, the contractor shall be responsible
for the performance of all obligations by the subcontractors.

Page | 13
INDEMNIFICATION.
The Contractor/Consultant agrees it will defend, indemnify and hold harmless the County, its officers
and employees against any and all liability, loss, costs, damages, and expenses which the County, its
officers, or employees may hereafter sustain, incur, or be required to pay arising out of the negligent or
willful acts or omissions of the Contractor/Consultant in the performance of this agreement.

INSURANCE REQUIREMENTS.
The Contractor agrees that in order to protect itself, as well as the County, under the indemnity
provisions set forth above, it will at all times during the term of this Agreement, keep in force the
following insurance protection in the limits specified:

1. Commercial General Liability/Professional Liability with contractual liability coverage in the


amount of the County’s tort liability limits set forth in Minnesota Statute 466.04 and as
amended from time to time.
2. Automobile coverage in the amount of the County’s tort liability limits set forth in Minnesota
Statute 466.04 and as amended from time to time.
3. Worker’s Compensation in statutory amount. (if applicable)

Prior to the effective date of this Agreement, the Contractor/Vendor/Consultant will furnish the
County with a current and valid proof of insurance certificate indicating insurance coverage in the
amounts required by this agreement. This certificate of insurance shall be on file with the County
throughout the term of the agreement. As a condition subsequent to this agreement,
Contractor/Vendor/Consultant shall insure that the certificate of insurance provided to the
County will at all times be current. The parties agree that failure by the
Contractor/Vendor/Consultant to maintain a current certificate of insurance with the County shall
be a substantial breach of the contract and payments on the contract shall be withheld by the
County until a certificate of insurance showing current insurance coverage in amounts required by
the contract is provided to the County.

Any policy obtained and maintained under this clause shall provide that it shall not be cancelled,
materially changed, or not renewed without thirty days notice thereof to the County.

AUDITS, REPORTS, RECORDS AND MONITORING PROCEDURES/RECORDS AVAILABILITY &


RETENTION.
Pursuant to Minn. Stat. section 16C.05 subd. 5, the Contractor/Consultant will:

A. Maintain records which reflect all revenues, costs incurred and services provided in the
performance of this Agreement.
B. Agree that the County, the State Auditor, or legislative authority, or any of their duly
authorized representatives at any time during normal business hours, and as often as they
may deem reasonably necessary, shall have access to and the right to examine, audit,
excerpt, and transcribe any books, documents, papers, records, etc., and accounting
procedures and practices and involve transactions relating to this agreement. The Contractor
agrees to maintain and make available these records for a period of six (6) years from the
date of the termination of this agreement.

Page | 14
DATA PRACTICES.
All data collected, created, received, maintained, or disseminated for any purpose by the activities of
the contractor, because of this agreement shall be governed by the Minnesota Government Data
Practices Act, Minnesota Statutes Chapter 13 (Act), as amended and the Rules implementing the Act
now in force or as amended. The contractor is subject to the requirements of the Act and Rules and
must comply with those requirements as if it is a governmental entity. The remedies contained in
section 13.08 of the Act shall apply to the contractor.

CONTRACTOR DEBARMENT, SUSPENSION AND RESPONSIBILITY CERTIFICATION.


Federal Regulation 45 CFR 92.35 prohibits the county from purchasing goods or services with federal
money from vendors who have been suspended or debarred by the federal government. Similarly,
Minnesota Statutes, Section 16C.03, subdivision 2, provides the Commissioner of Administration with
the authority to debar and suspend vendors who seek to contract with the county. Contractors may be
suspended or debarred when it is determined through a duly authorized hearing process, that they have
abused the public trust in a serious manner.

By signing this agreement, the contractor certifies that it and its principals* and employees:

A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from transacting business by or with any federal, state, or local governmental department
or agency; and
B. Have not within a three year-period preceding this agreement: 1) been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain or performing a public (federal, state, or local government)
transaction or contract, 2) violated any federal or state antitrust statutes, or 3) committed
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements or receiving stolen property; and
C. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity for: 1)
commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or
performing a public (federal, state, or local government) transaction, 2) violating any federal or state
antitrust statutes, or 3) committing embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements or receiving stolen property; and
D. Are not aware of any information and possess no knowledge that any subcontractor(s), that will
perform work pursuant to this agreement, are in violation of any of the certifications set forth
above; and
E. Shall immediately give written notice to the contract manager should the contractor come under
investigation for allegations of fraud or a criminal offense in connection with obtaining or
performing a public (federal, state, or local government) transaction, violating any federal or state
antitrust statute, or committing embezzlement, theft, forgery, bribery, falsification of records,
making false statements, or receiving stolen property.

* Principals, for the purpose of this certification, means officers, directors, owners, partners, and
persons having primary management or supervisory responsibilities within a business entity (e.g.,
general manager, plant manager, head of subsidiary division or business segment, and similar
positions).

Page | 15
SUBCONTRACTOR PROMPT PAYMENT.
Pursuant to Minnesota Statute §471.425 subd. 4a., contractor shall pay any subcontractors within 10
days of the contractor’s receipt of payment from the county for undisputed services provided by the
subcontractor. The contractor shall pay interest of 1½ percent per month, or any part of a month, to
the subcontractor on any disputed amount not paid on time to the subcontractor. The minimum
monthly interest penalty payment for an unpaid balance of $100 or more is $10. For an unpaid balance
of less than $100, the prime contractor shall pay the actual penalty due to the subcontractor. The
subcontractor shall have third party rights under this agreement to enforce this provision.

NONDISCRIMINATION.
The Contractor agrees to comply with the nondiscrimination provision set forth in Minnesota Statute
181.59. The Contractors failure to comply with section 181.59 may result in cancellation or termination
of the agreement, and all money due or to become due under the contract may be forfeited for a
second or any subsequent violation of the terms or conditions of this contract.

JURISDICTION & VENUE.


This contract, amendments and supplements thereto, shall be governed by the laws of the State
of Minnesota. All actions brought under this agreement shall be brought exclusively in
Minnesota State Courts of competent jurisdiction with venue in Washington County.

WITHHOLDING.
The contractor or any subcontractor shall comply with the provisions of Minnesota Statute 270C.66, and
final settlement with the contractor or subcontractor requiring the employment of employees for wages
shall not be made until satisfactory showing is made that the contractor or subcontractor has complied
with the provisions of section 290.02. A certificate by the commissioner of revenue issued to the
contractor or subcontractor shall satisfy this requirement

Vendor acknowledgment

Signature: ______________________________________ Date: ___________________

Name: ______________________________________ (Please print or type)

Title: ______________________________________ (Please print or type)

Page | 16

You might also like