• No results found

GALLATIN COUNTY REQUEST FOR PROPOSALS

N/A
N/A
Protected

Academic year: 2021

Share "GALLATIN COUNTY REQUEST FOR PROPOSALS"

Copied!
16
0
0

Loading.... (view fulltext now)

Full text

(1)

GALLATIN COUNTY

REQUEST FOR PROPOSALS

INTRODUCTION

TO ALL INTERESTED CONSULTING FIRMS: Gallatin County is seeking proposals from firms to provide consulting services for the procurement of Financial Accounting, Human Resource, Payroll and Tax (ERP) software suitable for local government for Gallatin County per specifications on Exhibit A attached and incorporated herein.

DELIVERY DEADLINE & INSTRUCTIONS

DELIVER NO LATER THAN 4:00PM, MOUNTAIN TIME, JULY 25th, in a sealed box or envelope with company name shown clearly on the outside and addressed to:

REQUEST FOR PROPOSALS – Financial Software Consulting Gallatin County Clerk and Recorder

311 West Main, Room 203 Bozeman, MT 59715.

SUBMITTALS THAT ARE UNSIGNED OR SUBMITTED BEYOND THE DEADLINE SHALL NOT BE CONSIDERED AND SHALL BE REJECTED.

CONTACT INFORMATION

Requests for additional information or clarification: Contact Finance Department c/o Justine Swanson, 311 W. Main Street, Room 304A, Bozeman, MT 59715, Justine.Swanson@gallatin.mt.gov.

AMENDMENTS TO REQUEST FOR PROPOSALS

Any interpretation or correction of this Request for Proposals will be made by written addendum sent to all Vendors that have submitted proposals within the deadline and that have not been eliminated from the selection process by the selection committee. Deadline for questions related to this proposal is July 8th, 2016.

PROPOSAL OPENING

Proposals will be opened at a regularly scheduled public meeting of the County Commissioners at 9:00 AM, on Tuesday, July 26th, 2016, at Gallatin County Courthouse, 311 W. Main, Bozeman, Montana, or upon reasonable notice to the Vendors or such other duly noticed public meeting.

(2)

SUBMITTAL FORM & CONTENTS Deliver one (1) signed original, plus five (5) copies prepared as follows: Document Must Contain

1. Cover Letter: Profile, name, address, location, phone number, email address, contact persons.

2. Binding Offer: (signed)

State that the proposal is a complete, legally binding offer and that the person signing the proposal has the authority to bind the company. Include a blank signature line for acceptance by the County Commissioners.

3. CSP Form: (signed)

Request For Competitive Sealed Proposal Form shall be signed and returned with proposal.

4. Specifications: Describe in detail work, services & goods as per Exhibit A. 5. Contract Price: Total contract price.

6. License: Copy of License, Business Certificate.

7. References: 3-references min. w/ contact info, photos, drawings, or description of similar projects completed.

8. Warranty: Provide copy of warranty terms & conditions. 9. Appendix: Any additional information in support of proposal.

(3)

SELECTION PROCESS

Gallatin County will adhere to Montana Code Annotated, Title 18 – Public Contracts. The statutes require Notice of Agency Requirements which will be complied with, relative to public notice.

1. Evaluation. A selection committee will evaluate all conforming submittals. The selection committee shall be 5 persons as follows: Operations & Project Manager as Chairman, County Administrator, Finance Director, 1 person from Human Resources and 1 person from the Treasurer’s Office.

2. Rejection. Gallatin County expressly reserves the right, in its sole judgment, to accept or reject any or all submittals, with or without cause, and to waive any defects and to allow modifications and supplementation of proposals that are submitted within the deadline.

3. Proposal Review. The Selection Committee will review conforming proposals based on the following criteria:

Proposal Review Criteria Percent A. Qualifications of Professional staff assigned

B. Base Price (Not including optional services)

C. Capacity to meet time & project budget requirements D. Response to proposal requirements

E. Financial Statement

30% 20% 30% 10% 10%

4. Revisions. Firm submittals will be accorded fair and equal treatment with respect to opportunity for discussion and revision of proposals, and such revisions may be permitted, after submissions and prior to award for the purpose of obtaining best and final proposals.

5.

Scoring & Elimination. After scoring all submittals based on the criteria herein, the selection committee may eliminate one or more or all vendors from further review. Any Vendor(s) eliminated by the selection committee, at any time, whether through scoring, interviews, presentations, or any other reason or selection process, shall have no opportunity to make revisions or participate further in the selection process.

6.

Interviews of Firms. After scoring & elimination, the selection committee may in its discretion select one or more or all vendors to participate in interview(s), make oral presentation(s), provide supplemental information and documentation, or make site visit(s). The selection committee may use this process for further elimination. All arrangements and scheduling shall be coordinated by the selection committee or its agent.

7. Confidential Negotiations. Upon selection of the most qualified firm based on the stated process, and prior to making any award, the selection committee may negotiate directly with the highest ranking firm. If the County and firm cannot reach agreement on a contract the County will stop negotiations with that firm and start negotiations with the next highest ranking firm. In conducting discussions and negotiations, there may be no disclosure of any information derived from competing proposals. The selection committee shall comply with resident bidder preference of § 18-1-102, MCA.

   

(4)

BINDING OFFER

FIRM’S SUBMITTAL CONSTITUTES A VALID LEGAL OFFER FOR 90 DAYS. FIRM’S SUBMITTAL SHALL NOT BE WITHDRAWN WITHOUT THE CONSENT OF GALLATIN COUNTY. Negligence, errors, mistakes or omissions in preparing the proposal, information, documentation, costs, or calculations shall confer no right of withdrawal after the submission deadline. Vendor bears all costs of preparing the proposal and any subsequent presentation or participation in the selection process.

MISTAKES ERRORS & OMISSIONS

Vendor shall disclose errors in costs, calculations or information “mistakes” in the submittals as well as in any related contracts, agreements, estimates, change orders or other documents. In the event that County accepts any submittal, related contracts, agreements, estimates, change order or other documents containing mistakes the vendor shall be obligated to correct mistakes that are adverse to the County and shall have no right to enforce such mistakes against the County, except mistakes that work in favor of the County shall be binding on the vendor.

CONTRACT FORM

Vendor agrees to accept & execute the attached County Work & Services Agreement that will be issued subject to minor, non-substantive modifications or changes only. Gallatin County reserves the right to require the vendor to execute such further documents, contracts, agreements or forms as may be reasonably necessary to express the intentions of the parties, or which may be recommended by the County Attorney’s office.

COUNTY RESERVATION OF RIGHTS

SUBMISSION OF A PROPOSAL CONFERS NO RIGHTS UPON ANY VENDOR AND SHALL NOT OBLIGATE GALLATIN COUNTY IN ANY MANNER WHATSOEVER. GALLATIN COUNTY RESERVES THE RIGHT TO MAKE NO AWARD AND TO SOLICIT ADDITIONAL PROPOSALS AT A LATER DATE. This Request for Written Proposals may be canceled or any or all proposals may be rejected in whole or in part, as specified herein, when it is in the best interests of Gallatin County, and such reasons will be stated in the contract file pursuant to § 18-4-307, MCA.

 

NOTICE OF AWARD

In the event an award is granted, then the contract file shall contain the basis of the award that shall be to the responsible and responsive Vendor whose submittal best meets the evaluation criteria and the resident bidder preference of § 18-1-102, MCA.

Gallatin County shall provide written notice to the vendor that is selected based on this RFP. If no vendor is selected, then a notice of no award shall issue. Gallatin County shall not be bound unless and until the County Commissioners accept the Proposal by Resolution after a duly noticed public hearing, and the same has been executed, recorded by the Clerk & Recorder of Gallatin County, and returned to the vendor.

(5)

REMEDIES & REMOVAL

Vendors are advised that the Montana State Procurement Act (§ 18-4-242, MCA) provides exclusive remedies for Vendors, bidders, contractors or aggrieved parties. Transfer and assignment of contracts without authority and collusion or secret agreements between vendors for the purpose of securing any advantage is strictly prohibited, and any person who violates such provisions may be held criminally liable for misdemeanor with civil penalties from $500 to $5,000. § 18-4-141, MCA. In addition to these remedies [and other recourse provided in this invitation and at law or equity] Vendors may be suspended or removed as provided in (§ 18-4-241, MCA).

AGREEMENT TO TERMS & CONDITIONS

THE UNDERSIGNED IS DULY AUTHORIZED TO BIND THE COMPANY NAMED BELOW AND HEREBY AGREES TO ALL THE TERMS AND CONDITIONS IN THE FOREGOING REQUEST FOR PROPOSALS.

DATED: _________________, 2016      ___________________________________________         (COMPANY  NAME) 

      ___________________________________________         (AUTHORIZED SIGNATURE) 

___________________________________________     (PRINT NAME AND TITLE) 

(6)

EXHIBIT “A”

Statement of Work

SECTION I: SCOPE OF SERVICES

Baseline Required Services:  

The County seeks an experienced consultant that can successfully assist in the procurement process for Enterprise Resource Planning (ERP) software looking across the broad spectrum of finance, HR, payroll-related and tax related functions.

The chosen consultant will have a high level of consulting acumen, with significant technical depth, perspective and information assets related to ERP infrastructure, applications, business processes, support needs, management trends and best practices for local governments.

With facilitation from the selected consultant, the County plans to involve all primary internal functions in this analysis, to help improve business processes, and in prioritization of needs and system capabilities. The County will also expect the consultant to meet selected external stakeholders -- including other government units and external service providers -- and draw actively upon the IT department and County employees’ knowledge.

While the County wishes to leverage the selected consultant’s proven methodologies for ERP needs assessment in support of the County’s goals, we require the following minimum project tasks be completed.

 

Project Definition:

Throughout the project, the consultant will work with the County to identify the major strengths and weaknesses of current financial, human resources, payroll and tax applications and provide the County with an overview of the ERP and “best of breed” markets. We expect that the project definition stage will refine the list of individuals to be interviewed, identify “shadow systems” and manual processes to be evaluated, and other information that frames the subsequent stages of the project.

Business Process Review and Needs Assessment:

At a basic level, the consultant will synthesize a review of automation-related issues (current system capabilities, functionality gaps, comparisons to modern system capabilities) with an analysis of underlying, system-related “as-is” and “to-be” business processes that will impact the future success of new financial, human resources, payroll and tax applications.

Key foundational questions to be addressed during this stage of the project include:

• What are the strengths and weaknesses of current financial, human resources, payroll and tax applications? What “gaps” exist in application functionality and integration? What capabilities do more modern systems have that the County lacks, including business intelligence? How can systems at the Gallatin County Solid Waste District, Fairgrounds, Treasurer’s Office, West Yellowstone/Hebgin Basin Refuse District, Rest Home, Health Department, Detention Center,

(7)

Courts, Clerk & Recorder’s office be better integrated? High preference will be given to a system handling both financial and taxation needs in one system.

• What alternatives are available to the County in the procurement of a new system, including (but not limited to): continuing with existing vendors, moving to a new system based on an ERP model, or moving to new “best of breed” products? Have open source and cloud computing technologies matured to a level worthy of consideration? Based on the analysis of County needs, what are the advantages and disadvantages of these and other alternative approaches the consultants may identify?

• What are the strengths and weaknesses of current financial, human resources, payroll and tax business processes associated with automation? What “as-is” business processes will need to undergo change in order to successfully implement and operate a new system (including manual processes worthy of automation)? What “to-be” business process changes are recommended (including alternative sourcing options)? What staff expertise, organizational arrangements, and levels of support will be needed to ensure the successful implementation and “live” operation of the system?

• What financial resources will be required to purchase, operate and maintain the consultant’s alternative approaches?

Ongoing advisory services and project management:

Once an assessment of County processes and needs is completed and the consultant has identified software solutions best suited to meet those needs, the consultant will lead the development of a Request for Proposals that will be used to solicit bids in accordance with County policies and

procedures as well as all applicable laws, including Montana Code Annotated. The Consultant will also assist the County to achieve a level of readiness for project implementation.

• Development of “bid-ready” specifications:

While the County anticipates that the findings and recommendations from the needs

assessment will serve as a reference document for County staff to develop an RFP for a new system, the consultant will work jointly with staff in developing detailed, “bid-ready” functional and technical specifications based on its needs assessment work. This work would potentially dovetail with the more detailed process mapping “a la carte” option.

• Project Readiness:

The Consultant will assist the County to become project ready by establishing project governance and identifying key personnel to keep the project moving forward as scheduled. Other activities will include data preparation, information inventory and change manageming expectations of County stakeholders.

Deliverables - Communication and Reporting of Results:

Consultant will present the County with a report outlining its findings, analysis of options, and specific recommendations based on its assessment of current systems and business processes, the results of its software market knowledge and research, and cost estimates collected.

(8)

The Consultant will assist the County with the preparation of a Request for Proposals document to be used to solicit bids from identified software vendors. The Request for Proposals will outline the needs and requirements for the County as identified by the previously submitted report.

Additional deliverables may be identified during the initial meetings between the vendor and the County.

As a means of broadening the County’s knowledge of the options available to it during this assessment work – as well as possible subsequent system procurement and implementation activities – we are requesting that consultants provide details on their capabilities, approaches and associated estimate costs to provide the following additional services. These “a la carte” scope options are to be broken out and costed separately in the response forms in Appendix B (though costs estimates are optional for the items listed as “Optional Services”).

• Consultant-facilitated detailed “as-is” and “to-be” process mapping and analysis:

While the basic needs assessment scope outlined above contemplates some level of “as-is” and “to-be” process analysis by the successful consultant, the County is interested in exploring a highly in-depth approach to better disclose and model process improvement opportunities across all major financial, human resources, payroll and tax threads, including (but not limited to):

o General Ledger, Project and Grant Accounting, Revenue, Fixed Assets

o “Hire-to-Retire” (the full HR/payroll lifecycle)

o “Procure-to-Pay” (the Purchasing and Accounts Payable cycles)

o Public sector budgeting

o Tax Collection Management (Tracking, Billing, Collections and Remittance)

While the County has several documented processes, there is interest in the consultant’s

perspective on how “to-be” processes in particular might be improved by the capabilities of more modern systems.

The County is interested in knowing how the consultant would coach and facilitate County staff in this detailed review of its processes, and how this review would be used to develop and prioritize system requirements and lead to an RFP outline and product evaluation framework. • Inclusion of complimentary systems in the project scope:

The County lacks a general awareness of the vendor marketplace for its automation needs. We are equally concerned with the cost, sometimes disparate business processes, and lack of integration of these wide-ranging systems and underlying approaches. We are aware of the integration possibilities with ERP systems and the presence of ERP products that include complementary management modules. As such, we are interested in how the consultant might integrate such an evaluation into the project scope.

(9)

SECTION 2. DUTIES AND RESPONSIBILITIES

(A) CONSULTANT will provide one key contact person who will be available to respond to inquires by COUNTY personnel. A secondary person, where available, will be designated by CONSULTANT to respond to questions if the key contact person is not available. (B) The CONSULTANT’S duties and responsibilities include the following:

(1) To furnish all labor, materials, equipment, supplies and incidentals necessary to conduct and complete the CONTRACTOR’S portion of any project as defined in Statement of Work.

(2) Prepare and present such information as may be pertinent and necessary, in order for the COUNTY to pass judgment on the critical features of the work. The CONSULTANT shall make changes, amendments or revision in the work as may be required by the COUNTY within the original scope of the project.

(3) Perform professional services in connection with the project and, on behalf of the COUNTY, to serve as the COUNTY’S representative in associated work if necessary. (4) Allow the COUNTY the right of review and to examine the CONSULTANT’S work and

records pertaining to all Projects awarded under this Agreement. (C) The COUNTY’S duties include the following:

(1) Review, with the CONSULTANT, all pertinent information as to the COUNTY’S requirements for the awarded project.

(2) Give prompt written notice to the CONSULTANT whenever the COUNTY observes or otherwise becomes aware of a defect in a project or other events which may

substantially affect the CONSULTANT’S performance of services under this Agreement. (3) Furnish to CONSULTANT any available information in COUNTY’S possession pertaining

to Project including reports and data relative to previous financial accounting software, policies and procedures.

(4) Assure access to, and make provisions for, CONSULTANT to use or review current software, policies and procedures for CONSULTANT to perform services outlined in the Statement of Work.

(D) The COUNTY may, by written order to the CONSULTANT, at any time during the term of this Contract and without invalidating the Agreement, make changes within the general scope of the Agreement and CONSULTANT agrees to perform such changed services. If such change increases or decreases the cost of, or time for, performing the work

hereunder, an equitable adjustment shall be made in the payment to the CONSULTANT and/or the time for performance. Increases or decreases shall be calculated in

accordance with the compensation rates set forth and agreed upon in the negotiated contract by the COUNTY and the CONSULTANT.

No claims for extra, additional, or changes in services, will be made by CONSULTANT without written agreement with COUNTY prior to the performance of such services.

(10)

PRICE PROPOSAL

TO BE SUBMITTED IN SEPARATE ENVELOP

Fees for items 1, 2, 3 below: $______________

Fees for Optional Services items 4, 5 below: $______________

Fee is to be divided into quarterly billings,.

1. Business Process Review and Needs Assessment $___,____.__ 2. Ongoing Advisory Services and Project Readiness $___,____.__ 3. Statement of Work and Contract Negotiations, if needed $___,____.__

Subtotal Required Services: $___,____.__

4. Optional Services: Process Mapping and Analysis $___,____.__ 5. Optional Services: Complimentary Systems Inclusion $___,____.__

Optional Services: $___,____.__

Lump sum total: $___,____.__

Attach list of Professional Staff and Support Staff hourly rates.

(11)

EXHIBIT “C”

Request for Proposals Timeline  

Financial Accounting, Human Resource, Payroll and Tax Software Procurement Consulting  

Public Notice of RFP sent to Newspaper      June 26th and July 3rd   

Date for Clarification Requests      July 8th  

Due date of Response        July 15th  

Deadline for Proposals 

Opening of Responses        

July 25th    

July 26th  

Recommendation of Committee of top 2‐3 Vendors     August 8th  

Interview Vendors     August 15th  – 19th  

Recommendation of Committee to Commission    August 22nd   

Commission Approval to Proceed       August 23rd 

End of Negotiations    September 2nd 

Allowance for second negotiations      September 2nd  

Sign Contract    September 13th    

(12)

PUBLIC NOTICE   

Gallatin County is soliciting responses to a Request for Proposals to provide professional consulting services  for Financial Accounting Software Procurement Process.  The full RFP is available from the County Finance  Department by contacting Justine Swanson at 406‐582‐3094 or justine.swanson@gallatin.mt.gov.  

Responses are due NO LATER THAN 4:00PM, MOUNTAIN TIME, JULY 25th, 2016, in a sealed box or envelope  with company name shown clearly on the outside and addressed to:  

 

REQUEST FOR PROPOSAL – Financial Accounting Software Consulting  Gallatin County Clerk and Recorder  

311 West Main, Room 203   Bozeman, MT 59715.  

 

SUBMITTALS THAT ARE UNSIGNED OR SUBMITTED BEYOND THE DEADLINE SHALL NOT BE CONSIDERED AND  SHALL BE REJECTED.   

 

Publish:  June 26th and July 3rd, 2016   

Bill:    Gallatin County Finance Office      311 West Main Street 

    Bozeman, MT 59715   

                         

(13)

AGREEMENT

___________________________ and Gallatin County, Montana

1. This Agreement is entered into this ____ day of ______________, 20____, by and between:

COUNTY: Gallatin County, ____________________, Bozeman, Montana 59715, which has the need for and the

authority to contract for such materials, work and services and desires to have the CONTRACTOR perform as specified in Scope of Work.

CONTRACTOR: [Name, Address, City, State, Zip]:

___________________________________________________________________________________________, which is authorized to do business in the State of Montana where the undersigned has authority to enter into this Agreement on CONTRACTOR’S behalf. CONTRACTOR represents it is qualified to provide materials and perform such work and services in a safe and efficient manner to the COUNTY.

2. SCOPE OF WORK. CONTRACTOR shall provide all materials and perform all work and services to

complete the project described in the Scope of Work attached as Exhibit “A.”

3. TERM. CONTRACTOR shall commence work no later than _____________________and complete the

work as set forth in the SCOPE OF WORK no later than ____________________. CONTRACTOR shall provide materials and perform all work and services, obligations and requirements without delay time being of the essence. Violation is a material breach.

4. COMPENSATION. COUNTY agrees to pay CONTRACTOR $_________________. CONTRACTOR

agrees that all materials, work and services specified in the Scope of Work shall be provided for this amount. The amount charged or paid under this agreement shall not exceed the agreed amount, except for change of work orders that shall be considered additional work and shall be in agreed to in writing prior to commencement of additional work.

5. PAYMENT SCHEDULE. Payment requests shall include a billing statement specifically detailing all

materials, work or services set forth in the SCOPE OF WORK that have been completed and all expenses incurred. Expense receipts shall accompany the payment request. Upon receipt of CONTRACTOR’S written payment request, COUNTY will assess the work and materials and approve the payment request or provide the CONTRACTOR with a written statement detailing items not approved by the COUNTY and the reason for disapproval. The COUNTY may only disapprove the payment request or a portion thereof based upon: (i) unsatisfactory job progress; (ii) failure to remedy defective construction work or materials; (iii) disputed work or materials; (iv) failure to comply with material provisions of the contract or accompanying documents, including but not limited to payroll certifications, lien releases, warranties, material certifications, and test data; (v) failure of a contractor to make timely payment for claims, including but not limited to claims for labor, equipment, materials, subcontracts, taxes, fees, professional services, rent, and royalties; (vi) damage to the COUNTY; or (vii) the existence of reasonable evidence that the contract cannot be completed for the unpaid balance of the contract sum. If the COUNTY does not provide a such a written statement to the CONTRACTOR within 14 days of receipt of a payment request, the payment request will be considered approved. COUNTY shall make payment within fourteen 14 days after CONTRACTOR’S payment request is approved.

6. CONTRACT REPRESENTATIVES. CONTRACTOR names ______________________ as contact

person who shall act as the liaison between the COUNTY and the CONTRACTOR and respond to requests from the COUNTY in writing promptly to prevent unreasonable delay in the progress of the Scope of Work and

Payment Schedule. COUNTY names ____________________ as contact person who shall act as a liaison

between the COUNTY and the CONTRACTOR and respond to requests from the CONTRACTOR in writing promptly to prevent unreasonable delay in the progress of the Scope of Work and Payment Schedule.

(14)

7. INFORMATION RELEASE. CONTRACTOR will not release information to a third party without prior

written approval from COUNTY. “Third parties” as used in this section shall not include CONTRACTOR’S agents including subcontractors or sub-consultants. Both parties agree to use reasonable care to not use information developed during this project for the benefit of others except as may be authorized in writing. All documents, records, maps, drawings, or other papers produced or acquired by CONTRACTOR during this project shall remain the property of COUNTY.

8. DEFAULT, REMEDIES and TERMINATION. The parties agree each term and condition contained

herein is material and of the essence. This agreement may be terminated by either party immediately should either party fail to perform in accordance with any term or condition of this agreement after it fails to cure within ten (10) calendar days written notice. COUNTY may also terminate without cause upon written notice. Should this Agreement terminate for any reason, payment to the CONTRACTOR shall be made on the basis of materials provided and services performed to the date of termination.

9. CONTRACTOR ADDITIONAL OBLIGATIONS. The CONTRACTOR'S additional obligations

include the following: (a) provide all labor, materials, equipment, supplies and incidentals necessary to perform and complete the Scope of Work; (b) prepare and present such information as may be pertinent and necessary for the COUNTY to pass critical judgment on the quality of the work; (c) perform work and services in accordance with generally accepted commercial or accepted industry standards regarding similar type work or services; (d) perform all professional services in connection with the Scope of Work at a standard of similarly situated professionals in the United States, meeting all building code requirements and to the full satisfaction of the COUNTY; (e) maintain appropriate safety standards and keep all areas of work and adjacent areas free from foreseeable risks of harm and dangers; (f) immediately inform the COUNTY of the presence of any hazardous condition or waste or other toxic substance identified under the Scope of Work of this agreement; (g) allow the COUNTY upon reasonable notice and at reasonable times the right of review, inspect and examine the CONTRACTOR'S place of work and records pertaining to this agreement; and (h) all work and materials shall carry no less than a one year warranty; and (i) if CONTRACTOR utilizes any COUNTY property for the purposes to perform and complete the Scope of Work with or without the permission of the COUNTY it does so at its own risk and will defend, indemnify, and hold COUNTY harmless as set forth herein .

10. LAWS AND REGULATIONS. In performance of its obligations herein, CONTRACTOR, its agents and

subcontractors shall comply with all applicable federal, state and local laws, rules and regulations. If during the term of this Agreement new laws or regulations become applicable, CONTRACTOR shall also comply with them without notice from COUNTY. CONTRACTOR specifically acknowledges the following provisions of law and its responsibility to abide by the same if such provisions are applicable:

(a) Montana Labor Preference Section 18-2-403(1), Montana Code Annotated (MCA); Equal Opportunity. Section 49-3-207, MCA;

(b) Prevailing Wage Rates. For those contracts that exceed $25,000 and the work performed is defined as “public works” pursuant to Section 18-2-401, MCA, CONTRACTOR must pay the standard prevailing wage rates, fringe benefits, pension contributions and travel allowances in effect and applicable to Gallatin County, Montana. The current standard prevailing wage rates published by the Montana Department of Labor and Industry for job classifications necessary to complete the Scope of Work are incorporated by reference into this agreement. Contractor shall maintain payroll records in a manner readily capable of being certified for not less than 3 years after completion of the work and post a statement of wages and fringe benefits. If any contract exceeds 30 months, the prevailing wage must be increased 3% after the first 12 months and every 12 months thereafter. Questions regarding the requirements of this section should be directed to the Montana Department of Labor and Industry, Labor Standards Bureau.

(15)

(c) Registration and Withholding (1% tax withholding). CONTRACTOR shall register with the Montana Department of Labor and Industry as required in accordance with Title 39, Chapter 9, MCA and comply with

Title 15, Chapter 50, MCA. CONTRACTOR shall withhold and forward gross contract receipts to the State of Montana.

11. SAFETY. CONTRACTOR, on behalf of itself and COUNTY, assumes sole responsibility for initiating,

maintaining and supervising all health and safety precautions and programs for all employees, subcontractors, and

16. WORKERS COMPENSATION. As an independent contractor, CONTRACTOR must provide Workers

Compensation for all employees in the amount required by Montana law. A Certificate of Insurance showing compliance with Montana Workers Compensation law (or exemption therefrom) must be supplied to COUNTY with the signed return of this Agreement.

17. PAYMENT AND PERFORMANCE BONDS. CONTRACTOR is required to post the following bonds

in an amount no less than the sum of the contract price (check applicable boxes): □ Performance Bond □ Payment Bond □ No Bonds. Bond documents must be delivered to the County with the signed return of this Agreement.

18. ATTORNEY'S FEES. If it is necessary for either party to bring an action to enforce the terms,

covenants, or conditions of this Agreement, the prevailing party shall be entitled to reasonable attorney fees to be set by the appropriate court, including fees of the Gallatin County Attorney.

19. VENUE. An action to enforce this Agreement shall be brought in the District Court of the Eighteenth

Judicial District, Gallatin County, Montana.

20. NOTICE. All notices and certifications made pursuant to this agreement shall be delivered to the

addresses in Paragraph 1 above by certified mail or personal delivery in care of the party’s representative named above. A party shall give the other prompt notice of any change in address.

21. INTERPRETATION. This Agreement shall be governed and interpreted according to the laws of the

State of Montana. Section headings are for convenience only and are not intended to define or limit any provisions of this Agreement. The provisions of this Agreement are independent and severable, and the invalidity, partial invalidity, or unenforceability of any one provision or portion thereof shall not affect the validity or enforceability of any other provision. Both parties having been given an opportunity to have this Agreement reviewed by others, the Rule of Construction providing that the Agreement shall be construed against the drafter will not be used in the interpretation of this Agreement.

22. ENTIRE AGREEMENT. This document represents the entire and integrated agreement between the

COUNTY and CONTRACTOR and supersedes all prior negotiations, agreements or representations, either written or oral. This agreement may be amended only by written instrument signed by both COUNTY and CONTRACTOR.

23. NON-WAIVER. Delay, waiver or failure to enforce or assert any claim, defense or provision of this

agreement shall not operate as a waiver of any of the County’s rights and remedies at law or equity that are expressly reserved without limitation.

24. NON-ASSIGNMENT. It is expressly agreed that this Agreement shall not be assigned, in whole or in

part, without the prior written consent of the COUNTY. Such consent shall not be unreasonably withheld.

25. SUCCESSORS. This Agreement shall be binding upon, inure to the benefit of, and be enforceable by the

(16)

26. EXECUTION OF AGREEMENT. The Gallatin County Clerk and Recorder will keep the original

agreement. An exact unaltered copy of the original agreement has the same force and effect as the original. To the extent required by Section 18-2-404, MCA approval by the Office of the Gallatin County Attorney is made when this form of agreement is reasonably utilized without substantive changes.

IN WITNESS WHEREOF the parties have signed this Agreement for Services.

CONTRACTOR

_______________________

COUNTY

_______________________ _________________________

Name

_________________________ Name

_________________________

Title _________________________ Title

References

Related documents

The Contractor shall provide all labor, materials, supplies and equipment necessary to provide blood drawing, urinalysis, and laboratory services to parolees under

Said payment shall be full and complete compensation for all labor, equipment, materials, supervision, supplies, tools, and incidentals required to remove existing pavement (and

The work specified shall include all labor, materials, tools, equipment, services, and incidentals necessary to furnish and install prestressed concrete cylinder water piping

ARTICLE I SCOPE OF WORK - The Contractor shall perform everything required to be performed and shall provide and furnish all of the labor, materials, necessary

Item 470 shall be measured and paid for at the Contract unit price per ton, which price shall include all labor, materials, equipment, sawcutting, and incidentals required to

Provide all labor, equipment, and materials to complete the concrete flatwork scope of work associated with the new Varsity Baseball and JV Baseball Backstop Replacement Project

The Contractor shall provide all labor, materials, tools, accessories, equipment, and incidentals required to complete all of the work specified or reasonably implied therein, as

As a school board member I would continue to support the current programs the school has in place. I would also want to increase the community into the schools. There are