0% found this document useful (0 votes)
26 views34 pages

Sample RFP-1

Rfp

Uploaded by

sudha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
26 views34 pages

Sample RFP-1

Rfp

Uploaded by

sudha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 34

Request for Proposals

Managed Security Service Provider


BIDS WILL BE RECEIVED UNTIL:
12:00 PM, October 29, 2024

Email a single PDF of your entire bid


With subject line of “Bid for RFP25105”

to bids@cityofws.org
**electronic submissions only**

ADVERTISEMENT FOR BIDS

Pursuant to North Carolina General Statute 143-135, sealed proposals endorsed “Managed Security Service
Provider, RFP25105” will be received by City/County Purchasing as noted above. The City reserves the right
to reject any or all proposals.

Questions or inquires relative to this RFP must be e-mailed to Jessica Ferris-Irick, City/County Purchasing
Supervisor, jessicafi@cityofws.org by 12:00 PM, October 22, 2024.

To request full bid document please email jessicafi@cityofws.org

RFP25105 Managed Security Service Provider Page 1 of 34


SECTION 1 - Notice to Bidders

It is the policy of the City of Winston-Salem that an employee, officer, or agent of the City may not participate
in any manner in the bidding, awarding, or administering of contracts in which they, or a member of their
immediate family, their business partner, or any organization in which they serve as an officer, director, trustee,
or employee, have a financial interest.
The successful bidder must comply with all provisions of the Americans with Disabilities Act (ADA) and all
rules and regulations promulgated thereunder. By submitting a bid, the successful bidder agrees to indemnify
the City from and against all claims, suits, damages, costs, losses, and expenses in any manner arising out of, or
connected with, the failure of the Company, its subcontractors, agents, successors, assigns, officers, or employees
to comply with the provisions of the ADA or the rules and regulations promulgated thereunder.
All bids must be firm and not subject to increase, unless specified within the provisions of this Request for
Proposal (RFP) and mutually agreed upon by the City and the proposer.
No special inducements will be considered that are not a part of the original bidding document.
City Rights and Options
The City, at its sole discretion, reserves the following rights:
• To supplement, amend, substitute or otherwise modify this RFP at any time
• To cancel this RFP with or without the substitution of another RFP
• To take any action affecting this RFP, this RFP process, or the equipment subject to this RFP that would
be in the best interests of the City
• To issue additional requests for information.
Public Records
Any material submitted in response to this RFP will become a “public record” once the bidder’s document(s) is
opened and the bidder is determined to be a participant in the solicitation process and shall be subject to public
disclosure consistent with Chapter 132, North Carolina Statutes. Bidders must claim any applicable exemptions
to disclosure provided by law in their response to this RFP. Bidders must identify materials to be protected and
must state the reasons why such exclusion from public disclosure is necessary and legal. The City reserves the
right to make all final determination(s) of the applicability of North Carolina General Statutes
§ 132-1.2, Confidential Information.
Trade Secrets/Confidentiality
Bidders must claim any material that qualifies as "trade secret" information under N.C.G.S. 66-152(3) in their
response to this RFP and must state the reasons why such exclusion from public disclosure is necessary and legal.
To properly designate material as trade secret under these circumstances, each Proposer must take the following
precautions: (a) submit any trade secrets in a separate attachment marked "Trade Secret - Confidential
and Proprietary Information - Do Not Disclose Except for the Purpose of Evaluating this Proposal," and (b)
stamp each page of the trade secret materials contained in the email attachment.

Do not attempt to designate your entire proposal as a trade secret, and do not attempt to designate pricing
information as a trade secret. Doing so may result in your bid being disqualified.
Familiarity with Laws and Ordinances
The submission of a bid on the services requested herein shall be considered as a representation that the bidder
is familiar with all federal, state, and local laws, ordinances, rules and regulations which affect those engaged or
employed in the provision of such services, or equipment used in the provision of such services, or which in any
way affects the conduct of the provision of such services; and no plea of misunderstanding will be considered
on account of ignorance thereof. If the bidder discovers any provisions in the RFP documents that are contrary
to or inconsistent with any law, ordinance, or regulation, it shall be reported to the City in writing immediately.
The bidder agrees that in carrying out this contract, compliance will be maintained with all applicable federal,

RFP25105 Managed Security Service Provider Page 2 of 34


state, and local laws, specifically including, without limitations, the Occupational Safety and Health Act of 1970
and Section 1324A, the Immigration Reform and Control Act.
The bidder certifies that the bid is made in good faith and without collusion with any person bidding on this
contract or with any officer or employee of the City of Winston-Salem.
The undersigned further agrees, in connection with the performance of this contract, not to discriminate against
any employee or applicant for employment because of race, religion, color, gender, age, handicap, political
affiliation or national origin.
Ethics Policy / Code of Conduct
The City of Winston-Salem has established guidelines for ethical standards of conduct for City representatives
and to provide guidance in determining what conduct is appropriate in particular cases. City representatives
should maintain high standards of personal integrity, truthfulness, honesty, and fairness in carrying out public
duties; avoid any improprieties in their roles as public servants including the appearance of impropriety; and
never use their position or power for improper personal gain. In establishing an ethics policy, the City of
Winston-Salem desires to protect the public against decisions that are affected by undue influence, conflicts of
interest, or any other violation of these policies as well as promote and strengthen the confidence of the public
in their governing body. For a complete review of the City Policy click the following link:
https://www.cityofws.org/820/Procurement-Guidelines
Stimulation of the Local Economy
In an effort to stimulate the local economy, foster development and promote efficiency in the provision of city
services and the completion of various city projects, the City of Winston-Salem has undertaken an initiative to
strongly encourage all parties contracting with the City of Winston-Salem to evaluate their internal operations
and hiring practices and, where appropriate, to initiate efforts to stimulate the local economy by hiring applicants
and contractors from the Winston-Salem/Forsyth County Area and by utilizing minority and women contractors
and service providers. Such efforts to stimulate the local economy may be accomplished by posting job
vacancies with the North Carolina Employment Security Commission, the Piedmont Triad Regional Council of
Governments, and the Winston-Salem Urban League; and utilizing the State of North Carolina Office for
Historically Underutilized Business database or other local resources such as the City of Winston-Salem M/WBE
Program to identify Winston-Salem/Forsyth County based contractors and subcontractors. Stimulation of the
local economy requires a collaborative effort of both the public and private sector. The city is committed to
taking reasonable steps to achieve said goal.
E-Verify Compliance
Per N.C.G.S. 143-133.3, provider shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina
General Statutes. Further, if the Provider utilizes a subcontractor, the Provider shall require the subcontractor to
comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes.
Iran Divestment Act
sProvider hereby certifies that it is not on the North Carolina State Treasurer’s list of persons engaging in
business activities in Iran, prepared pursuant to NCGS 147-86.58, nor will Provider utilize on this agreement
any subcontractor on such list.
Divestment from Companies that Boycott Israel
Contractor hereby certifies that it is not on the North Carolina State Treasurer’s list of companies engaged in a
boycott of Israel in violation of NCGS 147-86.80 et. seq. and that it will not utilize on this agreement any
subcontractor on said list.

Right to Audit
To confirm compliance with the terms of this Agreement, the City's MWBE program, local, state, and federal
laws and regulations, the City may, at all reasonable times upon reasonable prior notice during usual business
hours, inspect, audit and examine for a period up to five (5) years after completion of the service or project
detailed in this Agreement, all accounts and books of Contractor and, where necessary, make copies of the
Contractor's documents necessary to determine compliance. Such right may be exercised through any agent or
RFP25105 Managed Security Service Provider Page 3 of 34
employee of City or by independent certified public accountants designated by the City. The Contractor shall
permit the aforementioned inspection, audit and examination, and where necessary, the City to make copies of
documents verifying compliance as indicated herein.

Nondiscrimination Ordinance
As a condition of entering into this contact, the Contractor represents and warrants that it will fully comply with
the City's Non-Discrimination Policy, as set forth in Chapter 2, Section 2-8 Entitled “Policy of
Nondiscrimination” of the Winston-Salem City Code. As part of such compliance, the Contractor shall not
discriminate on the basis of race, ethnicity, color, creed, religion, sex, sexual orientation, gender identity, gender
expression, pregnancy, veteran status, disability, age, marital status, familial status, protected hairstyle, political
affiliation or national origin in the screening of applicants, the hiring and treatment of its employees, the
provision of the goods and/or services set forth herein, or the solicitation, selection, hiring, or treatment of its
subcontractors, vendors or suppliers, (hereinafter collectively “subcontractors”), if any, in connection with this
contract or the contract solicitation process if applicable, nor shall the Contractor retaliate against any person or
entity for reporting instances of such discrimination. The Contractor shall enact employment policies consistent
with this obligation to refrain from such discrimination and shall provide evidence of such to the City within 90
calendar days of the first receipt of City funds. The Contractor shall provide equal opportunity for subcontractors
to participate in all of its subcontracting and supply opportunities, if any, under this contract, provided that
nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of
marketplace discrimination that has occurred or is occurring in the marketplace. The Contractor understands and
agrees that a violation of this clause shall be considered a material breach of this contract and may result in
termination of this contract, disqualification of the Contractor from participating in future City contracts pursuant
to Winston-Salem City Code Section 2-3 or other sanctions. Furthermore, as a condition of entering into this
contract, the Contractor agrees to: (a) promptly provide to the City in a format specified by the City all
information and documentation that may be requested by the City from time to time regarding the screening of
applicants, the hiring and treatment of its employees particularly if City funds were used in connection with
hiring and compensation process, and the solicitation, selection, treatment and payment of subcontractors, if any,
in connection with this Agreement; and (b) if requested, provide to the City within sixty days after the request a
truthful and complete list of the names of all subcontractors that the Grantee has used under this contract,
including the total dollar amount paid by the Contractor on each subcontract or supply contract. The Contractor
further agrees to fully cooperate in any investigation conducted by the City pursuant to the City’s
Nondiscrimination Policy, to provide any documents, relevant to such investigation, that are requested by the
City. The Contractor agrees to provide to the City from time to time on the City’s request, payment affidavits
detailing the amounts paid by the Contractor to subcontractors and suppliers in connection with this contract
within a certain period of time. Such affidavits shall be in the format specified by the City from time to time.
Nothing in this contract shall negate or diminish the requirements of the City’s MWBE program. Nothing in this
contract shall infringe upon any rights afforded to the Contractor by state or federal law.

RFP25105 Managed Security Service Provider Page 4 of 34


SECTION 2 - INSTRUCTIONS TO PROPOSERS

This entire set of documents constitutes the RFP. The proposer must return the RFP with all information necessary
to properly analyze the proposer's response. Proposer's notes, exceptions, and comments may be rendered on an
attachment, provided the same format of this RFP text is followed.

PROPOSER QUESTIONS AND INQUIRIES


Questions or inquires relative to this RFP must be submitted in writing as noted on page 1. The City will provide
written responses to all inquiries received by this date, and responses will be made available to all recipients of
this RFP. Any oral responses made by any representative of the City may not be relied upon. Any supplements
or amendments to this RFP will be in writing and furnished to potential bidders.

RFP RESPONSE SUBMISSION


Bidders must submit a proposal electronically. Electronic bids should be submitted by attaching a single PDF
file emailed to: bids@cityofws.org received no later than the deadline noted on page 1. Such submission will not
be opened until the time for receiving bids has come. Please do not wait until the last minute to send your
Proposal to avoid any possible delay that may occur during the transmittal of files. A screen print of the
email receipt will be used as verification of the time received. Late proposals will not be considered.

Limit proposals to 50 total pages.

INSURANCE
The bidder(s) will be required to show proof of insurance as outlined in the Insurance Provisions of Contract
Specifications contained herein. The City of Winston-Salem MUST be named as additional insured on the certificate
of insurance supplied to the City.

GENERAL INSURANCE REQUIREMENTS


A. The Contractor shall, during the continuance of all work under the Contract, provide the following:
1. Workers' Compensation Insurance as required by the North Carolina General Statutes.
2. Commercial General Liability to protect the Contractor against any and all injuries to third parties,
including personal injury and property, and special and consequential damages, resulting from any
negligent action, omission or operation by the Contractor or in connection with the services described
herein. The insurance shall also include, coverage for explosion, collapse, and underground hazards,
where required. This insurance shall provide bodily injury and property damage limits of not less than
$1,000,000 for each occurrence, respectively, and shall provide at least $5,000 in Medical Expenses
(Med Pay) coverage.
3. Maintain Owned, non-owned, and hired Automobile Liability insurance, including property damage
insurance, covering all owned, non-owned, borrowed, leased, or rented vehicles operated by the
Contractor in furtherance of these services. In addition, all mobile equipment used by the Contractor in
connection with the contract work, will be insured under either a standard Automobile Liability policy,
or a Commercial General Liability policy. This insurance shall provide bodily injury and property
damages limits of not less than $1,000,000 combined single limit/each accident.
4. If this Agreement is for a design, engineering or consulting Service, maintain Professional Liability
insurance of at least $1,000,000.00 per incident.
B. The Contractor will provide an original, signed Certificate of Insurance, evidencing such insurance and such
endorsements as prescribed herein, and shall submit the certificate with its executed contract. The City of
Winston-Salem shall be named as an additional insured in the Automobile and General Liability policies
and it shall be stated on the Insurance Certificate with the provision that this coverage is primary to all other
coverage the City of Winston-Salem may possess.
C. The Contractor will secure and maintain all insurance policies of its subcontractors which shall be made
available to the City of Winston-Salem on demand. Compliance by the Contractor and all subcontractors with
RFP25105 Managed Security Service Provider Page 5 of 34
the foregoing requirements as to carrying insurance shall not relieve the Contractor and all subcontractors of
their liabilities and obligations under this heading or under any other section or provisions of the Contract.
D. The Contractor will provide on demand certificate copies of all insurance coverage on behalf of the Contract
within ten days of demand by the City of Winston-Salem. These certified copies shall be sent to the City of
Winston-Salem from the Contractor's insurance agent or representative.
E. The Contractor shall furnish the City of Winston-Salem thirty days written notice of any changes or
cancellation of the policy. The failure of the contractor to deliver a new and valid certificate will result in
suspension of all payments until the new certificate is furnished to the Risk Manager, City of Winston-Salem.
F. Insurance coverage required in these specifications shall be in force throughout the Contract Term. Should the
Contractor fail to provide acceptable evidence of current insurance within seven days of written notice at any
time during the Contract Term, the City of Winston-Salem shall have the absolute right to terminate the
Contract without any further obligation to the Contractor, and the Contractor shall be liable to the City of
Winston-Salem for the entire additional cost of procuring the uncompleted portion of the contract at time of
termination.
G. Contractual and other Liability insurance provided under this Contract shall not contain a supervision
inspection or engineering services exclusion that would preclude the City of Winston-Salem from supervising
and/or inspecting the project as to the end result. The Contractor shall assume all on the-job responsibilities as
to the control of persons directly employed by it and of the subcontractors and any persons employed by the
subcontractor.
H. Nothing contained in the specifications shall be construed as creating any contractual relationship between any
subcontractor and the City of Winston-Salem. The Contractor shall be as fully responsible to the City of
Winston-Salem for the acts and omissions of the subcontractors and of persons employed by them as it is for
acts and omissions of persons directly employed by it.
I. Precaution shall be exercised at all times for the protection of persons, (including employees) and property.
All existing structures, utilities, roads, services, trees and shrubbery shall be protected against damage or
interruption of service at all times by the Contractor during the term of the Contract, and the Contractor shall
be held responsible for any damage to property occurring by reason of its operation on the property.

RFP25105 Managed Security Service Provider Page 6 of 34


SECTION 3- SCOPE OF WORK / SPECIFCATIONS

Managed Security Service Provider


INTRODUCTION
Introduction
City of Winston-Salem, NC (City) is accepting responses to this Request for Proposal (RFP) from qualified
vendors to provide comprehensive information technology security and support services.
Objective
It is the City’s intent to select a Managed Security Service provider (MSSP) that can demonstrate solid experience
in delivering information security solutions that improve network security, strengthen governance, and support
regulatory compliance. The proposal should include proactive security monitoring and troubleshooting services,
vulnerability assessments, penetration testing services, and comprehensive risk management reporting for three
distinct City network environments.
• Implement a security operations center (SOC) and a security information and event monitoring (SIEM)
solution.
• Implement real time data analysis, alerting, and corrective action of security events on the City’s networks.
• Perform regular security assessments using industry accepted vulnerability scanning and penetration
testing technology and methods.
• Provide automated compliance reporting that can be utilized for periodic audits.
• Participate in quarterly reviews covering the City’s overall cyber security plan and overall system health.
Vendor Requirements
• Vendor must maintain all city collected data in a secure environment.
• Log collection, management, analysis must be automated. Vendor must provide detailed automation
process documentation.
• Company must be ISO27001 certified.
• Vendor solution must scale as the City’s infrastructure grows.
• Vendor’s proposal must specify the number of in-house employees and any subcontracted staff.
• NOTE: This RFP describes the City’s proposed solution. All solutions will be evaluated.
• Note: Available budget range $100,000 – $150,000 per year for entire proposed solution.

Administration
Format and Content
Proposals should respond directly to the Statement of Work. Failure to follow the prescribed format may result
in a proposal being found noncompliant and therefore deemed unacceptable for further consideration.
Responses should be descriptive and include your approach to providing the requested services. Training, travel,
licensing, and other required costs should be itemized.
Executive Summary
Each response shall include an Executive Summary that explains how the proposed solution meets the
requirements indicated in this RFP. The Executive Summary shall be structured such that anyone reading only
that section has a clear understanding of the proposed services.

RFP25105 Managed Security Service Provider Page 7 of 34


The Executive Summary should address:
• A technical overview of the proposed solution for each of the requested services.
• The composition of the support team for each service, including any business partnerships.
• Summary of pricing for each service (see “Pricing” below).
• Method of connectivity between vendor’s Security Operations Center (SOC) and City’s network.
Certifications
List your Company’s certifications and qualifications in the following technical specialties:
• Cisco Security Certifications – CCNA-Security & CCNP-Security
• GIAC Certifications
• CISSP
• Security +
• Any other cyber security relevant certifications.
Company Information
• Number of Engineers with the appropriate technical skills that will be assigned to this account. Please list
the specific certifications and qualifications of the assigned engineers.
• Number and location of SOC(s).
Sub-Contractor Clause
In order to enforce strict cyber security controls and meet the requirements of this contract, Proposer shall not
subcontract Proposer’s duties within Services 1 and 4 under this contract. Please specify if sub-contractors will
be utilized for any services.
References
Submit references from at least five current customers for which the vendor has been providing services of a
similar nature as the services described in this RFP for at least 2 years.
Pricing
The vendor should submit pricing based upon the objectives listed in this document and the City’s current
enterprise architecture.
Note: Available budget range $100,000 – $150,000 per year for entire proposed solution.
Pricing should include any necessary software, hardware, or configurations to support the listed objectives.
For each requested service, bidders must provide, if applicable:
• One-time startup costs the City will incur to begin using proposed solution.
• On-going costs that the City will incur for items or services necessary for the proposed solution,
such as connectivity from vendor’s SOC to City’s network, software licensing, etc.
• Fee structure for supplemental services or recommendations outside of scope of this RFP. (ex. PCI
compliance programs, training programs, professional services rates, etc.)
• Any shipping, travel, or other expenses related to the project.
Prices quoted in the vendor’s proposal must be valid for at least 120 days after submission of the proposal to the
City. All prices should be exclusive of sales tax.
The vendor should recognize that the City’s infrastructure will change over time as older technology is replaced,
equipment is decommissioned, or consolidated, and overall capacity of the infrastructure is expanded. The City
reserves the right to adjust the quantity, configuration, and composition of the equipment within the covered
infrastructure over the term of the managed security services contract at the unit prices quoted in bidder’s
proposal. In addition, the City reserves the right to exclude one or more of the requested services from the winning
bidder’s contract on an item-by-item basis.
Should the City find services are not meeting the identified objectives, the City reserves the right to discontinue
services by providing 30 days written notice.
RFP25105 Managed Security Service Provider Page 8 of 34
Statement of Work
Requirements:
The following section describes the requested services that will be implemented to address security threats and
vulnerabilities.

Item Service Tasks


• Security information and event management (SIEM) solution, with
24x7x365 monitoring and notification services provided by a security
operations center (SOC).
• A formal process for the maintenance, monitoring, and analysis of
audit logs.
• Alarm collection from deployed sensors.
• Sensor profiling and base lining.
• Develop correlation rules that trigger an alert for suspicious activity
and/or security violations.
Security Monitoring,
• Provide reporting on security events and alerts.
Troubleshoot, and
1 • Continuous monitoring of the SIEM application and triage outage,
Corrective Action
failure, negative trends, or anomalies.
Service
• Begin problem diagnoses based upon agreed to SLA
• Alert City staff of security event.
• Identify root cause and provide findings to City Staff.
• Work directly with City staff to resolve issues related to identified
security events.
• When requested, provide advanced support for troubleshooting highly
complex security incidents until resolution and remediation is
complete.
• Provide post-incident forensic support.
• Automated compliance reporting that can be leveraged for periodic
Security and
audits.
2 Compliance
• Provide use-case specific reporting as requested (PCI compliance,
Reporting
Firewall events, etc.).
• Perform penetration testing of City’s network at least once per year.
Vulnerability • Perform vulnerability scanning of the City’s network resources at least
3 Scanning and twice per year.
Penetration Testing • Provide findings and mitigation steps to resolve security
vulnerabilities.
• Participate in quarterly reviews covering the City’s overall security
plan and overall system health.
Quarterly Security • Summary of month-to-month security health comparisons.
4
Health Reviews • Review of security successes and failures.
• Provide solutions to identified failures.
• Recommend security best practices.

RFP25105 Managed Security Service Provider Page 9 of 34


Service 1: Security Monitoring, Troubleshoot, and Corrective Action Service
The City will provide secure remote network access via VPN/SSH or other City approved protocol.

The City requires that the MSSP must have an established Security Operations Center (SOC) that will provide
continuous security monitoring and incident management on a 24x7x365 basis (i.e., 7 days a week, 24 hours a
day, 365 days a year). The MSSP’s SOC will be staffed by senior level engineers to provide support, triage
incidents, and engage the appropriate personnel and/or support providers. The MSSP is required to work with
City staff to resolve any network security related problems. The City’s infrastructure consists of (three) distinct
firewall-gapped networks (Utilities, Public Safety and City IT Network) which contain approximately 450 servers
(predominantly virtual), 2000 PC endpoints, and 700 mobile tablet endpoints utilized across multiple network
segments and physical locations.
Proposed Process

1. Alert Receipt and Initial Triage:


a. Alert Detection: The MSSP’s monitoring systems detect a potential security incident based on
predefined rules, anomalies, or behaviors.
b. Alert Notification: An alert is generated and sent to the MSSP’s Security Operations Center
(SOC) team. This could be an automated system-generated alert or a manual escalation from a
security analyst.
2. Assessment and Verification:
a. Initial Analysis: The SOC team performs an initial assessment to verify the validity of the alert.
This involves checking the alert’s context, source, and related indicators.
b. False Positive Identification: The team determines whether the alert is a false positive or a
legitimate security concern. This may involve examining logs, network traffic, and other data
sources.
3. Incident Classification and Prioritization:
a. Severity Assessment: If the alert is deemed legitimate, it is classified according to its severity
(e.g., low, medium, high, critical) and alert sent to designated City IT staff.
b. Impact Evaluation: The potential impact on the client’s environment is evaluated, including the
scope of the issue and the systems or data potentially affected.
4. Incident Response and Containment:
a. Incident Handling: The SOC team begins the incident response process, which may include
isolating affected systems, blocking malicious traffic, or disabling compromised accounts.
b. Containment Measures: Immediate containment actions are taken to prevent the incident from
spreading or causing further damage.
5. Communication:
a. Internal Reporting: The SOC team communicates with internal stakeholders to provide updates
on the incident and response efforts.
b. Client Communication: The vendor updates the City IT staff about the incident, its impact, and
the steps being taken to resolve it.
6. Resolution and Recovery:
a. Resolution Actions: Once the incident is contained and mitigated, City IT staff will take steps to
fully resolve the issue with assistance from MSSP if requested.

RFP25105 Managed Security Service Provider Page 10 of 34


Incident Response Time
It is the City’s expectation that the MSSP will operate within the following response times for all trouble tickets:

Level Description
An Incident identified either by automated correlation rules or through SOC analysis
● P1 / Critical
that is deemed to be an ACTIVE threat against business impacting customer assets.
An Incident identified either by automated correlation rules or through SOC analysis
● P2 / High that is deemed to be a PROBABLE (current, possible impact) threat against business
impacting City assets.
An Incident identified either by automated correlation rules or through SOC analysis
● P3 / Medium
that is deemed to be a POTENTIAL (not current, may have future impact) threat
against business impacting City needs.
An Incident identified either by automated correlation rules or through SOC analysis
● P4 / Low that may require further investigation, with no apparent threat against business
impacting customer assets.

Severity Action Monitoring Targets


Acknowledgment* Within 15 minutes
● P1 - Critical Response time** Within 15 minutes
Escalation to Management Within 2 hours

Acknowledgment* Within 30 minutes


● P2 - High Response time** Within 30 minutes
Escalation to Management Within 4 hours

Acknowledgment* Within 1 hour


● P3 - Medium Response time** Within 2 hours
Escalation to Management Within 24 hours

Acknowledgment* Within 2 hours


● P4 - Low Response time** Within 4 hours
Escalation to Management As Required

Service 2: Security and Compliance Reporting


Proposed Process
The Vendor should provide role-based access to collected data via a secure customer portal. The vendor should
provide historical reporting on the deployed security measurements and retain that data for a minimum of 3 years.
Report data should be available in both .PDF or .XLSX formats. It is expected that the vendor will at minimum
produce an analysis of at least the following factors:
• Reporting on captured security events
• Reporting on alerts generated from deployed correlation rules
• Automated compliance/non-compliance reports
• Custom specific use-case reporting (PCI, Audit, Firewall Summary Reports, etc.)
• Service Level Agreement Compliance

RFP25105 Managed Security Service Provider Page 11 of 34


Vendors are requested to provide a sample of their historical trend reports in their response, and a list of any
additional canned reports that are available in their proposed solution.

Service 3: Vulnerability Scanning and Penetration Testing


Proposed Process
The Vendor will be expected to conduct annual penetration tests and vulnerability scanning of the City’s network
resources to ensure that the City’s cyber security controls are working effectively. Reporting of the findings and
mitigation steps to correct any vulnerabilities will be presented to City staff during a Quarterly Security Health
Review.

Service 4: Quarterly Security Health Review


Proposed Process
The Vendor will be expected to participate in a quarterly review of the statistics captured by historical reports of
the monitored services over the previous three months. The purpose of the review is to provide security successes
and failures and month to month security health comparisons for future planning and corrective actions. Vendor
will assist with review of cyber security related policies and procedures and provide best practice
recommendations to strengthen the City’s cyber security controls.

RFP25105 Managed Security Service Provider Page 12 of 34


PROPOSAL AUTHORIZATION AND SIGNATURE

Please either include this fully completed and signed page with proposal OR include a signed letter on
company letterhead. Proposals are to be signed by an authorized company representative.

Date Company Name

Authorized Signature Street Address (P.O. Box)

Printed Name and Title City, State and Zip Code

Email Address Phone Number

On this_____day of ______________, 20____before me __________________________________


(name)
to me personally known, being duly sworn, did execute the foregoing proposal, and did so state that
he/she was properly authorized by _________________________
(Company name)
to execute the proposal and did so on his/her free act and deed. SEAL

Notary Public_______________________ My commission expires _____________

The following information is requested for statistical purposes only. The provision or omission of this information will
neither affect nor influence the award of these contracts. Bidder further certifies that:

We ( ) are a Historically Underutilized Business (HUB) certified by State of North Carolina.


We ( ) are a minority business enterprise.
( ) are not a minority business enterprise.
If yes, please identify in the appropriate box below:
( ) Black
( ) Hispanic
( ) Asian American including Indian Subcontinent and Pacific Islands
( ) Native American Indian including Eskimos and Aleuts
We ( ) are a woman-owned business enterprise.
( ) are not a woman-owned business enterprise.

RFP25105 Managed Security Service Provider Page 13 of 34


SECTION 5 - SELECTION PROCESS
Proposals will be evaluated for quality, completeness, and price value to the City of Winston-Salem by an
Evaluation Panel. Selection shall be made from all offers deemed to be fully qualified and best suited among
those submitting proposals based on the evaluation of factors included in the RFP, including price. Price shall be
considered but need not be the sole determining factor. The Evaluation Panel may cancel this RFP or reject
proposals at any time prior to an award and is not required to furnish a statement of the reason why a particular
proposal was not deemed to be the most advantageous.
The City reserves the right, as part of the selection process, to request on-site (or virtual) demonstrations and/or
presentations. In the event that such demonstrations or presentations take place, proposers will be selected for
this process based on scores derived from the scoring matrix, which includes M/WBE participation, local
availability, and all other applicable criteria. The scoring of the demonstration or presentation must be based upon
the criteria from one or more of the original evaluation factors. After the demonstrations or presentations, each
proposer will then be re-graded on the same criteria. The number of proposers chosen to take place in the
demonstration/presentation process is subject to administrative discretion.
EVALUATION CRITERIA
Below is a description of the evaluation criteria that will be used to evaluate the proposals. To be deemed
responsive, it is important for the firm’s proposal to contain appropriate detail to demonstrate satisfaction of each
criterion and compliance with the performance provisions outlined in this RFP. The proposal will be the primary
source of information used in the evaluation process. Proposal must contain information specifically related to
the proposed services requested in this RFP. Failure of any firm to submit information requested may result in
the elimination of the proposal from further evaluation.
The following weighted scale will be utilized by the Evaluation Panel to evaluate and score each proposal
A. M/WBE Commitment: Proposer’s efforts to comply with all the terms and conditions of the City of
Winston-Salem’s Minority and Women Business Enterprise (M/WBE) Program through award of
subcontracts to minority and women-owned business enterprises and utilization of minority and women
owned business enterprise suppliers to the fullest extent consistent with the efficient performance of this
contract. If an entity is certified as a Minority Business by a state other than North Carolina, proof of
certification must be submitted with the proposal.
B. Experience/Knowledge: Does the proposal present evidence of successful project experience of similar
complexity and size? Does the proposal describe an organization that will meet and support the level of
service that the City expects for the duration of the project? Does the proposal demonstrate that the vendor
has the specific skills and resources needed to execute the tasks as specified in the RFP? How well do the
references provided describe how the vendor has successfully implemented projects of similar or greater size
and complexity?
C. Cost Effectiveness/Price Value: Reasonableness/competitiveness of proposed fee and/or benefits to the City
of Winston-Salem, although the Evaluation Panel is not bound to select the respondent who proposes the
lowest fees or most benefits for services. The Evaluation Panel reserves the right to negotiate fees and/or
benefits to the City of Winston-Salem with the selected respondent(s). Total cost as well as non-cost factors
will be considered.
D. Compatibility: How well does the proposal describe the vendor's ability to successfully work with its
proposed team (other vendors/subcontractors) and project stakeholders? How compatible is the proposed
architecture with the city’s existing architecture and its long-term goals and visions?

RFP25105 Managed Security Service Provider Page 14 of 34


The following weighted scale will be utilized to score each proposal:
Evaluation Criteria Weight
M/WBE Commitment 20
Cost Effectiveness/Price Value 20
Compatibility 30
Experience/Knowledge 30

RFP25105 Managed Security Service Provider Page 15 of 34


SECTION 6 - MINORITY/WOMEN BUSINESS ENTERPRISE (M/WBE) PROGRAM
PARTICIPATION SPECIAL INSTRUCTIONS FOR SERVICES REGARDING COMPLIANCE WITH
THE CITY OF WINSTON-SALEM’S AND/OR CITY/COUNTY UTILITY COMMISSION’S
MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) PROGRAM

Policy
It is the policy of the City of Winston-Salem and/or the City/County Utility Commission (an agency of the City
of Winston-Salem), that minority and women-owned business enterprises shall have an equal opportunity to
participate in the performance of contracts financed in whole or in part with City and/or Commission funds.

Obligation of Proposers
Proposers agree to use their best efforts to comply with all the terms and conditions of the City of Winston-
Salem’s and/or City/County Utility Commission’s Minority and Women Business Enterprise (M/WBE) Program,
as the same may be amended from time to time, through the award of subcontracts to minority and women-owned
business enterprises and utilization of minority and women-owned business enterprise suppliers to the fullest
extent consistent with the efficient performance of this contract. As used in this contract, the term “minority and
women business” shall mean a company that is 51% or more owned and controlled by minority group members
or women.

A 10% goal for participation by minority and women-owned businesses has been established for this service. A
proposer may meet this goal through the participation of M/WBE sub-consultants, through his/her own
performance on the project if the proposer is a certified minority/woman-owned firm, or through demonstrating
a good faith effort to meet the M/WBE participation goal. If it is the normal practice of the proposer to perform
all elements of this type of service with its own workforce and without the use of sub-consultants, the proposer
must certify, by the submission of Affidavit B, that if they do employ any sub-consultants during the contract,
that they will be subject to the M/WBE goals original established for this service. The utilization of M/WBE firms
accounts for 20% of the evaluation and scoring will not be allocated to proposals in which an Affidavit B is
submitted.

Firms are highly encouraged to consider any and all possibilities for M/WBE participation. A complete list of
firms certified by the State of North Carolina Office for Historically Underutilized Businesses (HUB) can be
found here: https://www.doa.nc.gov/divisions/historically-underutilized-businesses-hub (click on ‘HUB Vendor
Search’). The 10% M/WBE goal may be satisfied by an entity that qualifies as a Minority Business Enterprise
under N.C. General Statue 143-128, and that has been certified by the State of North Carolina’s Office for
Historically Underutilized Businesses and must be HUB certified at the time the proposal is submitted. If an
entity is certified as a Minority Business by a state other than North Carolina, proof of certification must
be submitted with the proposal.

During the course of the contract successful consultant will be required to submit Minority Documentation for
Contract Payments, Affidavit F, with each monthly pay application. Final payment will be withheld until the
consultant completes and submits an Affidavit of Payment to M/WBE Sub Consultants. The City, however, at
its discretion may require additional periodic reports. Final payment will be withheld until the goal percentages
for M/WBE participation, previously agreed to by the successful consultant, have been confirmed by the City
and/or Commission. For professional and other service contracts, where the consultant/bidder did not meet the
M/WBE requirements of a previous contract and failed to demonstrate a good faith effort to do so, said
consultant/bidder will receive a deduction or adjustment for non-compliance in the evaluation of any proposal/bid
submitted subsequent thereto.

RFP25105 Managed Security Service Provider Page 16 of 34


**IMPORTANT REQUIREMENT**
MWBE DOCUMENTATION- Firms are required to include the following documentation with the proposal.
Failure to do so will render your proposal as non-responsive and not considered for award:

• Identification of Minority Business Participation- must be submitted with your letter of interest if your
firm will employ any sub-consultants on this project;
• and Affidavit A- Listing of Good Faith Efforts- must be submitted
• and Subcontractor/Supplier Utilization Form- must be submitted listing all non-M/WBE
subcontractors and suppliers that you intend to use on this contract.
• OR Affidavit B- Intent to Perform Contract with Own Workforce- must be submitted if the proposer
intends to perform 100% of the work required for the contract without the use of sub-consultants.

Additional M/WBE Forms- To be utilized by the firm that is awarded the contract with the Owner
• Affidavit E- Minority Utilization Commitment Form
• Affidavit F- Minority Documentation for Contract Payments, M/WBE Replacement Request
Form, and the Final Affidavit of Payment to M/WBE Sub-consultants.
It is mandatory that the Identification of Minority Business Participation form and Affidavit “A” Listing of
Good Faith Efforts be properly completed and notarized as defined in the document specifications and submitted
with the Bid/Proposal (unless the prime consultant/contractor intends to perform 100% of the work with Own
Workforce and properly executes Affidavit B). If the proposer is a certified M/WBE firm and will be performing
less than 100% of the work, then the proposer should indicate the percentage/dollar amount that they will perform,
in addition to the remaining work performed by other M/WBE firms.
The Identification of Minority Business Participation form must include all M/WBE firms to be used on this
project and the total percentage of the proposal that will be performed by businesses who will be subcontractors,
vendors, or suppliers on this project. Additional information such as business phone number, work types,
city/state, and minority category are important and useful. Failure to list, at a minimum the business name and
the total percentage and/or dollar amount of firms contracting will render your proposal as non-responsive
and will not be considered for award. If the proposer has no minority participation, they shall indicate this
by entering the word “none” or the number “0.”
The Affidavit B Intent to Perform Contract with Own Workforce form must be executed with the
Proposal/Bid only if the prime consultant/contractor intends to perform 100% of the work required for the
proposal/contract without the use of sub consultants. If the prime consultant/contractor is an M/WBE firm, they
must indicate such on Affidavit B in order to receive the full 20% credit during the evaluation.
Actual participation achieved or offered shall not be determinative on the issue of good faith efforts. Further, if
other factors, other than factors (a) through (g) listed on Affidavit A, are considered, they may be used to credit
the contractor’s good faith efforts, but not to discredit them.
In accordance with the Minority Utilization Commitment Form “Affidavit E”, no sub consultant/subcontractor
who is identified and listed on Affidavit E may be replaced with a different sub consultant/subcontractor unless:
A) The sub consultant/subcontractor’s proposal/bid is later determined by the prime consultant/contractor
to be non-responsible or non-responsive, or the listed sub consultant/subcontractor refuses to enter into a contract
for the complete performance of the work, or
B) With the approval of the City of Winston-Salem M/WBE office for the good cause demonstrated. Prior
to substituting a sub consultant/subcontractor, the prime consultant/contractor shall identify the substitute sub
consultant/subcontractor and inform the City of Winston-Salem M/WBE office of its good faith efforts; including
the MWBE Replacement Request Form.
Questions or inquires relative to City of Winston-Salem’s Minority and Women Business Enterprise (M/WBE)
Program must be directed to Gwendolyn Teal, Diversity Compliance Specialist at gwendolynt@cityofws.org
or phone 336-747-7459.

RFP25105 Managed Security Service Provider Page 17 of 34


***MUST BE SUBMITTED WITH PROPOSAL***
(unless the consultant intends to perform 100% of the work with Own Workforce)

IDENTIFICATION OF MINORITY BUSINESS PARTICIPATION

(Name of Project)

I,
(Name of Consultant)
do hereby certify, as ____________________________________________(insert title and name of
company) that on this project, _______________________________(insert name of company) will use the
following M/WBE firms as consultants. A proposer may meet the 10% goal through the participation of M/WBE
sub-consultants and/or through their own performance on the project if the proposer is a certified minority and/or
woman-owned firm.
The Proposer shall identify on its proposal the M/WBE firms to be used on this project as subcontractors,
vendors, or suppliers and the total percentage of the proposal that will be performed by each minority business.
Failure to list, at a minimum, the minority firm business name and the total percentage of M/WBE firms
contracting will render your proposal as non-responsive and will not be considered for award. If the
Proposer has no minority participation, they shall indicate this on the table below by entering the word “None”
or the number “0.” Blank forms will not be deemed to represent zero participation.

Minority Firm Name Minority Type of Percent of Project


City-State
Phone Number Category* Work Work

*
Minority Categories: Black, African American (B), Hispanic (H), Asian American (AA), American Indian (AI),
Female (WF), Socially and Economically Disadvantaged (SE), and Disabled (D).

The total percentage of M/WBE firms contracting will be _________________%

RFP25105 Managed Security Service Provider Page 18 of 34


***MUST BE SUBMITTED WITH PROPOSAL***
(Unless the prime consultant intends to perform 100% of the work with Own Workforce)

AFFIDAVIT A: GOOD FAITH EFFORTS


Project: ___________________________________________________________________________

A 10% goal for participation by minority/women owned businesses has been established on this proposal/bid. A
proposer/bidder may meet this goal through the participation of M/WBE sub-consultants/sub-contractors, through
their own performance on the project if the proposer/bidder is a minority/woman-owned firm. Please list below
all M/WBE firms to be used on this proposal/bid.
Affidavit of
(Name of Proposer)
I hereby do certify the attached documentation as true and an accurate representation of my good faith efforts.
(Attach additional sheet if required)
Dollar
Minority Firm Name Phone Number Minority Type of
Value/ Percent
City-State Category* Work
of Work

*Minority Categories: Black, African American (B), Hispanic (H), Asian American (AA), American Indian (AI), Female
(WF), Socially and Economically Disadvantaged (SE), and Disabled (D).
If the established 10% goal for participation by minority/women owned businesses is not achieved, the
proposer/bidder must provide, with the proposal, the following documentation to the Owner of their Good
Faith Efforts to meet the goals set forth in these provisions. Examples of documentation include, but are not
limited to, the following evidence.
Awarded
 Description Points
Points
(a) Did a representative of your company attend the pre-solicitation or pre-
____ bid meeting scheduled by the City to inform M/WBE firms of
contracting, subcontracting, and supply opportunities and to review
contractor requirements of complying with the program? If no pre-bid
was scheduled, did your firm submit a question in writing before the end
of questions deadline? 10
____ (b) Did your company provide written notice to a reasonable number of
specific M/WBE firms that their interest in the contract is being
solicited, at least 10 days before proposals/bids are due to allow M/WBE
firms time to participate? Please provide a copy of the solicitations for
quotes sent to at least 3 minority firms from the source list provided by
the owner for each subcontract to be let under this contract (if 3 or more
firms are shown on the source list). Each solicitation shall include a
specific description of the work to be subcontracted, location where bid
documents can be reviewed, name of representative of the prime bidder
to contact, and location, date, and time. 15

RFP25105 Managed Security Service Provider Page 19 of 34


GOOD FAITH EFFORTS (continued)

Awarded
 Description Points
Points
____ (c) Did you follow up initial solicitation of interest by contacting
M/WBE firms to determine with certainty whether the M/WBE firms are
interested? Please include email/telephone log of follow up calls you
made to confirm interest. 20
____ (d) How did your company identify and select portions of the work
to be performed by M/WBE firms in order to increase the likelihood of
M/WBE participation (including where appropriate, breaking down
contracts into economically feasible units to facilitate M/WBE
participation)? Please provide a copy of documentation where this
information was included. 15
____ (e) Explain how you provided interested M/WBE firms with equal access
to specifications, plans, and requirements of the contract. 10
____ (f) What services were used from the City of Winston-Salem's M/WBE
office; available minority community organizations; minority contractors'
groups; local, state, and federal minority business assistance offices; and
other organizations that provide assistance in the recruitment and
placement of M/WBE firms? Please provide a copy of this
documentation. Note: A contractor must utilize at least two agencies
to receive full value. Each agency is worth ten points. 20

Points Total 90

NOTE: A proposer/bidder must accumulate at least 55 points to demonstrate a “Good Faith Effort”
was made. Partial points may be awarded when the complete requirement of an item is not met.

Failure to provide the documentation as listed in these provisions may result in rejection of the bid and award go
to the next lowest responsible and responsive bidder.

Identification of Minority Business Participation & Good Faith Effort Notarization

Date:_____________ Name of Officer: ________________________

Signature __________________________

Title ______________________________

State of North Carolina, County of ______________________ Subscribed and sworn before

me this day of , 20_____

Notary Public: My commission expires:

SEAL

RFP25105 Managed Security Service Provider Page 20 of 34


*** MUST BE SUBMITTED WITH PROPOSAL ***

SUBCONTRACTOR/SUPPLIER UTILIZATION FORM

List below all non-M/WBE subcontractors and suppliers that you intend to use on this contract. NOTE: you will
only receive credit for certified minority or woman-owned firms. If the Proposer has no non-M/WBE participation,
they shall indicate this on the table below by entering the word “None” or the number “0.” Blank forms will not be
deemed to represent zero participation and failure to fill in the blank will cause your bid to be deemed
nonresponsive.

Name of Project: _______________________________________________________________________

Firm Name & Phone Percent of Project


City-State Type of Work
Number Work

RFP25105 Managed Security Service Provider Page 21 of 34


MUST BE SUBMITTED WITH PROPOSAL, IF APPLICABLE

AFFIDAVIT B

INTENT TO PERFORM CONTRACT WITH OWN WORK FORCE

County of __________________________________________________

Affidavit
(Name of Firm)
I, hereby, certify that it is the intent of the aforesaid firm to perform 100% of the work required for the contract:

(Name of Project)
In making this certification, the Proposer states:
• That the proposer does not customarily subcontract elements of this type of project,
• Normally performs, has the capability to perform, and will perform all elements of the work
on this project with his/her own current work force, and
• Agrees to provide any additional information or documentation requested by the City of
Winston-Salem in support of the above statement.

The following information is requested and may be used during the proposal evaluation process.
Bidder certifies that:
We ( ) are a Historically Underutilized Business (HUB) certified by the State of North Carolina.
We ( ) are a minority business enterprise
We ( ) are not a minority business enterprise
If yes, please identify in the appropriate box below:
( ) Black
( ) Hispanic
( ) Asian American
( ) American Indian
( ) Female
( ) Socially and Economically Disadvantaged
( ) Disabled

*Minority Categories: Black, African American (B), Hispanic (H), Asian American (AA), American Indian (AI),
Female (WF), Socially and Economically Disadvantaged (SE), and Disabled (D).

In the event the Proposer does not self-perform 100% of the work, the contract will be subject to the M/WBE
goals originally established for this project, as well as, good faith efforts and documentation requirements of this
program. The utilization of M/WBE firms accounts for 20% of the evaluation and scoring and will not be allocated
to proposals in which an Affidavit B is submitted. A proposer may meet the 10% goal through the participation
of M/WBE sub consultants and/or through their own performance on the project if the proposer is a certified
minority and/or woman owned firm.

RFP25105 Managed Security Service Provider Page 22 of 34


AFFIDAVIT B (CONTINUED)

The undersigned hereby certifies that he/she has read this certification and is authorized to bind the
Proposer to the commitments herein contained.

Date: _____________ Name of Officer:

Signature: ___________________________________

Title:_______________________________________

State of North Carolina, County of ______________ Subscribed and sworn before me,

This day of , 20____.

Notary Public__________________

My commission expires ____________

SEAL

RFP25105 Managed Security Service Provider Page 23 of 34


AFFIDAVIT “E”

MINORITY UTILIZATION COMMITMENT FORM

Project:

Affidavit of:
(Name of Proposer)
Within thirty (30) days after award of contract, the Proposer shall file Affidavit E identifying all M/WBE
subcontractors for use on this project. No subcontractor who is identified and listed on this form may be replaced,
substituted, or supplemented; nor can their scope of work be modified to include a different subcontractor unless:
(a) Subcontractor's bid is later determined by the Proposer to be non-responsible or non-responsive, or
the listed Subcontractor refuses to enter into a contract for the complete performance of the bid
work, or
(b) With the approval of the City of Winston-Salem M/WBE Office for good cause demonstrated.
Good Faith Efforts as set forth in the Special Instructions to Proposers shall apply to the selection
of a substitute Subcontractor. Prior to substituting a Subcontractor, the Proposer shall identify the
substitute Subcontractor and inform the City of Winston-Salem M/WBE Office of its good faith
efforts.
Minority Firm Name Minority Type of Dollar
City-State
Phone Number Category* Work Value

* Minority Categories: Black, African American (B), Hispanic (H), Asian American (AA), American Indian (AI), Female
(WF), Socially and Economically Disadvantaged (SE), and Disabled (D).

Failure to provide the documentation as listed in these provisions may result in rejection of the Bid and award go
to the next lowest responsible and responsive bidder.

Date: Name of Officer:

Signature

Title

State of North Carolina, County of subscribed and sworn before

me this day of , 20

Notary Public My commission expires

SEAL

RFP25105 Managed Security Service Provider Page 24 of 34


THIS DOCUMENT MUST BE SUBMITTED
WITH EACH PAY REQUEST AND FINAL PAYMENT

AFFIDAVIT “F”

MINORITY DOCUMENTATION FOR CONTRACT PAYMENTS

Prime Consultant:

Address & Phone Number:

Project Name:

Pay Application Number: Period:

The following is a list of payments to be made to minority business sub-consultants on this project for the above-
mentioned period.

Minority Firm Minority Amount Paid Amount Paid


Name and Address Category* For This Period To Date

* Minority Categories: Black, African American (B), Hispanic (H), Asian American (AA), American Indian
(AI), Female (WF), Socially and Economically Disadvantaged (SE), and Disabled (D).

Date: Approved/Certified by
In addition to the list of payments above, I hereby
certify that no sub-consultant that was identified and
Name:
listed on Affidavit A- Minority Participation/Good
Faith Efforts Form has been replaced without Title:
approval from the City of Winston-Salem’s M/WBE
Division. Note: Additional M/WBE’s can be added
for new work only. In this case, please notify Signature
M/WBE staff.

THE ABOVE-MENTIONED PROJECT IS APPROXIMATELY_________% PERCENT COMPLETE

RFP25105 Managed Security Service Provider Page 25 of 34


To be completed and submitted prior to final payment being made
AFFIDAVIT OF PAYMENT TO
M/WBE SUBCONSULTANTS
The undersigned certifies that
(Name of Proposer)
has made payment to all M/WBE sub-consultants listed below in accordance with the contract
requirements for
(Name of Project)
Your contractual requirement for this project is 10% with certified M/WBE firms.
Amount
Sub consultant Address
Paid

(Attached another sheet if needed)

Authorized Signature: _______________________________


On this _____ day of _______________ , 20___ , ________________________________ appeared
(Name of person)
before me, being personally known, being dult sworn, did execute the foregoing affidavit, and did so state that he/she
was properly authorized by _________________________________ to execute the affidavit
(Name of bidder)
And di so on his/her free act and deed.
Notary Public _____________________________ My commission expires _____________________

SEAL
TO BE COMPLETED BY CITY

M/WBE SPENDING
Project: _____________________________________________________________________

Original Proposal Cost: $_______________________________


Contractual Requirement: M/WBE 10%
Subcontract Spending: M/WBE $__________________________ __________%
Verified this _____ day of ____________, 20____ By: ______________________________
M/WBE Staff

RFP25105 Managed Security Service Provider Page 26 of 34


M/WBE Replacement Request Form

It is the policy of Winston-Salem and the City/County Utility Commission (an agency of the City of Winston
Salem), that minority and women-owned business enterprises shall have an equal opportunity to participate in the
performance of contracts financed in whole or in part with the City and/or Commission funds.

In accordance with the “Minority Utilization Commitment Form-Affidavit E”, no sub-consultant who is identified
and listed on this form may be replaced with a different sub-consultant unless: A) the sub-consultant’s proposal
is later determined by the consultant to be non-responsible or non-responsive, or the listed sub-consultant refuses
to enter into a contract for the complete performance of the work, or
B) With the approval of the City of Winston-Salem’s M/WBE Division, good cause has been demonstrated. Prior
to substituting a sub-consultant, the Consultant shall identify the substitute sub-consultant and inform the City of
Winston-Salem’s M/WBE Division of its good faith efforts; including the M/WBE Replacement Request Form.
In order to meet the terms stated above, an M/WBE Replacement Request Form must be completed. Replacement
of an M/WBE without written approval from M/WBE Staff is a violation of contract provisions and may result
in the Consultant being disqualified from submitting proposals on future City and/or Commission projects.

If a committed M/WBE sub-consultant is terminated for a good cause, the Consultant shall make a Good Faith
Effort to find another M/WBE sub-consultant to substitute for the terminated M/WBE. This Good Faith Effort
shall be directed at finding another M/WBE to perform at least the same amount of work under the contract as
the M/WBE that was terminated, to the extent needed to meet the contract goal established for the project.

Replacement M/WBE: __________________________________________________________

Amount of Subcontract: ________________________________________________________

Work to be performed: _________________________________________________________

New Committed M/WBE Signature: _______________________________ Date: __________

By signing this document, the Consultant, M/WBE, and City of Winston Salem’s M/WBE Division acknowledges
that the 5 days to respond was given and concurs with the process of replacing the named M/WBE sub-consultant.

______________________________________________________________________________
Original M/WBE Signature (where possible) Date

______________________________________________________________________________
Consultant Signature Date

______________________________________________________________________________
M/WBE Staff Signature Date

RFP25105 Managed Security Service Provider Page 27 of 34


INSTRUCTIONS FOR SUBMITTAL OF M/WBE REPLACEMENT REQUEST FORM

IN ADDITION TO SUBMITTING THIS FORM, THE CONSULTANT MUST ENSURE THAT THE
FOLLOWING STEPS ARE SATISFIED.

1. Prior to starting the replacement process, the consultant is responsible for coordinating with the M/WBE sub-
consultant to see if they are willing and able to perform the work as indicated in their contract. If the Consultant
notices a reoccurring issue with an M/WBE sub-consultant, the Consultant shall notify the City of Winston Salem
M/WBE staff and keep them abreast of the issues.

2. If the M/WBE sub-consultant cannot perform the work or if the Consultant shows good cause for replacement,
M/WBE staff will coordinate with the Consultant to begin the M/WBE replacement process. M/WBE staff will
coordinate with other City departments as appropriate.

(Examples of good cause include: M/WBE fails or refuses to execute a written contract; M/WBE fails or refuses
to perform the work of its subcontract consistent with normal industry standards; M/WBE fails to meet
reasonable, nondiscriminatory bond requirements; M/WBE becomes bankrupt, insolvent, or exhibits credit
unworthiness; M/WBE is ineligible to work because of suspension and debarment proceedings; M/WBE
voluntarily withdraws from the project and provides written notice; M/WBE owner dies or becomes disabled and
is unable to complete its work; or other documented good cause that compels termination. Good cause does not
exist where the Contractor terminates a committed M/WBE for failure or refusal to perform the work of the
subcontract results from bad faith or discriminatory action of the prime consultant.)

3. Before requesting the City of Winston Salem’s consent for the proposed termination/replacement of an
M/WBE, the Consultant shall give written notice of the proposed termination/replacement, including the reason
for termination/replacement, to the M/WBE firm with a copy to the City of Winston Salem M/WBE staff. The
M/WBE shall be given five days to respond unless the five-day requirement needs to be reduced, due to public
necessity (e.g. safety).

4. After the notice period has passed, M/WBE staff will ensure that the Consultant has submitted all supporting
documentation for the M/WBE replacement. Letters, phone logs, emails or any other correspondence between the
Consultant, the M/WBE sub-consultant, and/or City staff will be considered supporting documentation. This
documentation must provide valid reason(s) for replacement as well as the opportunity to correct the issue.
Consultants cannot replace for convenience or perform the work with its own forces or those of an affiliate.

5. Once the Consultant is given approval by the City of Winston Salem M/WBE staff to replace an M/WBE sub-
consultant, M/WBE staff will send notification to the City project manager and the City/County Purchasing
Department for informational purposes.

6. Signature lines on form: Ideally, the form should contain the signature of the original M/WBE sub-consultant
being replaced. However, if this is not possible (i.e., the M/WBE will not sign), the documentation supporting
the decision and acknowledgement of the reasons for replacement of the M/WBE sub-consultant should be
attached. The form shall also be signed by the replacement M/WBE to show their participation on the project
as the new committed M/WBE.

RFP25105 Managed Security Service Provider Page 28 of 34


*** SAMPLE CONTRACT ***
THIS INDEPENDENT CONTRACTOR AGREEMENT (hereinafter, this "Agreement"), entered into this the
_______ day of ___________________________, 20________, by and between THE CITY OF WINSTON-SALEM,
(hereinafter, the "City"), and _________________________ (hereinafter, “Contractor”).
WHEREAS, the Commission and Contractor desire to enter into an Agreement whereby Contractor shall provide
the following Service:
NOW, THEREFORE, in consideration of the mutual promises and obligations herein set forth, the sufficiency
and adequacy of which is hereby acknowledged, the parties and their respective successors, assigns, executors,
administrators, and legal representatives, hereby agree as follows:
General Terms. The Contractor shall provide the Service set forth hereinabove, in consideration for payment of
$_____________, based on lump sum or unit prices contained in the Contractor’s proposal, which is dated ______, attached
hereto and incorporated herein by reference. The payment indicated in the previous sentence is for the initial contract
period. The initial contract period is described in the paragraph entitled “Renewal Terms”, on page 5 of this Agreement.
Expenditures for any subsequent renewal terms will be handled in the manner provided in the paragraph entitled “Renewal
Terms”. Should any term of the attached proposal conflict with the terms contained in this Agreement, the terms of this
Agreement shall control and supersede those terms of the Contractor’s proposal. The Contractor and its agents, employees,
and subcontractors shall perform the Services herein with the degree of care and skill ordinarily exercised, under similar
circumstances, by similar contractors/consultants/service providers in the same general location. The Contractor further
warrants that it knows, is familiar with, and will comply with all applicable federal, state, and local laws, rules, and
regulations, and standard practices regarding these Services and has the expertise necessary to properly perform the
obligations undertaken by this Agreement. The Contractor, and its employees and subcontractors, shall perform the Services
herein as independent contractors and are not entitled to employee benefits of any kind. This Agreement will not be
construed in any way to be a joint venture, partnership or employer-employee relationship. Neither party may assign,
transfer, or delegate any of the rights or obligations herein without the prior written consent of the other party. This
Agreement shall be governed by and construed in accordance with the laws of the State of North Carolina and the venue for
any litigation arising out of this Agreement shall be Forsyth County.
Payment. Contractor shall invoice Commission no more or less than once every 30 days. The Commission has the
right to request that the Contractor provide reasonable documentation to support an invoice.
Taxes, Licenses, Permits and Certifications. The Contractor further understands and agrees that it is responsible
for the payment of all applicable Federal, State, and Local income and property taxes. In addition, the Contractor shall: (1)
obtain and maintain any licenses, permits, and certifications required to perform the Services set forth in this Agreement;
(2) properly register with the State of North Carolina (Secretary of State’s office) where required and the Forsyth County
Register of Deeds office if doing business under an assumed name prior to tendering a bid, if applicable, or executing this
Agreement, whichever occurs first; (3) pay any and all other outstanding debts and financial obligations to the Commission,
if any, providing receipts for payment of the same upon execution of this Agreement and (4) provide copies of: (i) all items
required by items #1, #2, and #3 hereinabove; and (ii) any and all amendments thereto and renewals thereof to the
Commission. Failure to provide one or more of the items herein required shall be grounds for termination of this Agreement.
The Commission, in its sole and absolute discretion, may withhold any amounts due Contractor based upon items #1 through
#3 herein from Contractor’s payment for Services rendered pursuant to this Agreement. By execution of this Agreement,
Contractor gives Commission written permission to withhold from Contractor’s payment amounts due in satisfaction of
Contractor's financial obligations as set forth above in items #1 through #3. The Contractor shall give the Commission at
least thirty (30) days written notice prior to any cancellation, modification or non-renewal of any license, permit or
certification required by Federal, State or Local law.
Release and Indemnity. The Contractor hereby releases and forever discharges the Commission, its officers,
agents, and employees, from any and all claims, demands, expenses, costs, and liabilities of any kind or nature directly or
indirectly related to any personal injury and/or property damage arising out of the performance of the Service, except those
claims that result from the sole negligence of the Commission or a Commission employee acting within the scope of the
employment. The Contractor shall indemnify, defend and hold harmless the Commission, its officers, agents, and
employees from and against any and all claims, demands, expenses, costs, and liabilities of any kind or nature to the extent
proximately caused by the intentional, negligent, or reckless acts or omissions of the Contractor and its agents or
employees, in the performance of these Services.

RFP25105 Managed Security Service Provider Page 29 of 34


Insurance. During the performance of the Service described herein, the Contractor shall: (1) Maintain
Commercial General Liability to protect the Contractor against any and all claims, demands, expenses, costs, and liabilities
to the extent proximately caused by the negligent acts or omissions of the Contractor and its agents or employees, in the
performance of these services. The insurance shall also include, coverage for explosion, collapse, and underground hazards
where required. This insurance shall provide bodily injury and property damage limits of not less than $1,000,000 for each
occurrence, respectively. (2) If this Agreement is for a design, engineering, or consulting Service, maintain Professional
Liability insurance of at least $1,000,000.00 per claim. (3) Maintain owned, non-owned, and hired Automobile Liability
insurance, including property damage insurance, covering all owned, non-owned, borrowed, leased, or rented vehicles
operated by the Contractor in furtherance of these Services. In addition, all mobile equipment used by the Contractor in
connection with the contract work, will be insured under either a standard Automobile Liability policy or a Commercial
General Liability policy. This insurance shall provide bodily injury and property damages limits of not less than
$1,000,000 combined single limit/each accident, and shall provide at least $5,000 in Medical Expenses (Med Pay)
coverage. (4) Maintain Workers' Compensation and Employer Liability insurance if required by North Carolina law. (5)
Return with this Agreement, before beginning the Service, an original, signed Certificate of Insurance, evidencing such
insurance, indicating that the policy has been endorsed to include the Commission and the City of Winston-Salem
(hereinafter, the “City”) as additional insureds, but only with respect to liability arising out of operations of Contractor or
in connection with the services described herein and excluding Professional Liability and Workers Compensation
insurance, and stating that the coverage is primary to any other coverage the Commission may possess. The Contractor
shall furnish the Commission thirty days prior written notice of any cancellation, non-renewal (without replacement), or
material reduction of coverage or limits of any policy referred to herein. The failure of the Contractor to deliver a new and
valid certificate will result in suspension of all payments until the new certificate is furnished to the Commission’s Risk
Manager. Insurance coverage required in these specifications shall be in force throughout the Term. Municipal Exclusions,
if any, for General Liability coverage shall be deleted. Should Contractor fail to immediately provide acceptable evidence
of current insurance in the form of a Certificate of Insurance at any time during the Term, the Commission shall have the
absolute right to terminate the Contract without any further obligation to the Contractor, and the Contractor shall be liable
to the Commission for all available remedies – in equity and at law. (6) The Contractor will secure evidence of all insurance
policies in the form of Certificates of Insurance of its subcontractors which shall be made available to the Commission on
demand. The Contractor shall require its subcontractors to name the Contractor, the Commission, and the City of Winston-
Salem as additional insured parties on the subcontractor’s general and automobile liability insurance policies. The
Contractor shall be as fully responsible to the Commission for the acts and omissions of its subcontractors and of persons
employed by them as it is for the acts and omissions of persons directly employed by it. (7) Contractual and other liability
insurance provided under this Contract shall not contain a supervision inspection or engineering services exclusion that
would preclude the Commission from supervising and/or inspecting the project as to the end result.
Termination. Unless otherwise agreed upon in writing by the parties, this Agreement may be terminated by either
party for convenience with no less than ten calendar days’ notice. In the event of termination, the Contractor will be paid
for all Services properly rendered to the date of termination and shall promptly discontinue all Services affected (unless a
termination notice from the Commission directs otherwise). In the event of any termination, the Contractor will be paid
for all Services properly rendered to the date of termination and shall (i) promptly discontinue all Services affected (unless
a termination notice from the Commission directs otherwise); and (ii) deliver to the Commission all documents, data,
reports, estimates, summaries, and such other information and materials as may have been accumulated by the Contractor
in performing the Services herein. Other than being paid for Services properly rendered to the date of termination,
Contractor hereby waives any and all other claims for lost profits, lost opportunity, and for any and all other direct, indirect,
special, and consequential damages. In the event that the Commission terminates this Agreement due to the Contractor’s
poor workmanship, failure to perform the Service set out herein or, otherwise, for breach of this Agreement, or in the event
that the Contractor terminates this Agreement for convenience or otherwise, the Commission may pursue and recover all
remedies available at law or in equity, as these remedies are cumulative and do not exclude each other.

Reuse of Documents. All documents, including drawings, specifications, supporting calculations, computer
software, etc., prepared by the Contractor pursuant to this Agreement are instruments of Service with respect to this
Agreement and Contractor shall provide at least one copy of each to Commission upon Commission’s request. Upon
completion of the Services and payment in full of all monies due to the Contractor, the Commission shall receive ownership
of the documents prepared under this Agreement. The reuse of these documents by the Commission or by others authorized
by the Commission, whether in this project or any other project, entitles the Contractor to no additional compensation. The
Commission reserves the right to require the Contractor to submit copies to the Commission of any Service information and
documentation during and after the completion of the Service with the Contactor’s compensation being limited to the direct
printing and copying expense and/or direct expenses to copy and supply computer information in a digital format. The
RFP25105 Managed Security Service Provider Page 30 of 34
Contractor’s indemnity, release and warranty are limited to the use contemplated in this Agreement and Contractor shall
not be liable to the Commission or any third party for any claim arising out of the use of the Contractor’s documents apart
from this Agreement.
Notices. Any notice or other communication herein shall be in writing and shall be sent via a method permitting
confirmed receipt (such as registered U.S. mail or an overnight courier service such as FedEx). All notices shall be
confirmed by facsimile transmission. All notices shall be deemed given when deposited, postage prepaid, in the United
States mail, or to the overnight courier service, addressed as set forth below, or to such other address as any one party shall
advise the other in writing:
If to the Commission: If to the Contractor:
Name: Name:
Position: Position:
Address: Address:
City/State/Zip: City/State/Zip:

Severability. If any provision of this Agreement is held to be void, invalid, illegal or unenforceable under any law
or regulation, such void, invalid, illegal, or unenforceable provision shall be deemed stricken, and all remaining provisions
shall continue to be valid and binding upon the Commission and the Contractor and this Agreement shall be considered as
if such void, invalid, illegal, or unenforceable provision had never been including herein.
Entire Agreement. This Agreement represents the entire understanding and agreement between the parties hereto
relating to the Services and supersedes any and all prior negotiations, discussions, and agreement, whether written or oral,
between the parties regarding same. Headings within the Agreement are for convenience only and do not define, limit or
construe the contents of such sections.
Amendment or Modification. With the exception of a properly executed purchase order(s) which the parties agree
shall become a self-executing amendment(s) hereto, this Agreement shall not be modified except by another written
document signed and executed by the Commission and the Contractor.
Waiver. Failure or delay on the part of the Commission to exercise any right, remedy, power, or privilege hereunder
shall not operate as a waiver of any current or future default. Further, a waiver of one provision of this Agreement is not a
waiver of all or future provisions of this Agreement.
Safety Rules. Contractor hereby acknowledges that it has reviewed and agrees to abide by the City’s “Safety and
Environmental Requirements for Contractors” located on the Employee Safety page of the City’s website whose specific
address is: https://www.Cityofws.org/767/Employee-Safety.
Ethics Policy. The Contractor hereby acknowledges that it has reviewed and agrees to abide by the City’s Ethics
Policy located on the Procurement Guidelines page of the City’s website whose specific address is
https://www.Cityofws.org/820/Procurement-Guidelines.

ADA, OSHA and Equal Opportunity. The Contractor shall comply with the applicable provisions of the
Americans with Disabilities Act (ADA), the State of North Carolina Occupational/Safety and Health Act (OSHA) and the
State and Federal Equal Opportunity Statutes, as well as all rules and regulations promulgated thereunder.

Suspension and Debarment. Contractor hereby certifies that neither it, nor its agents or subcontractors: (1) are
presently debarred, suspended, proposed for suspension or debarment from contracting by any Federal or State department
or agency, or (2) have been declared ineligible or voluntarily excluded from contracting by or with any Federal or State
department or agency. Any contract entered into with a Contractor or subcontractor that has been debarred or suspended,
declared ineligible or voluntarily excluded from contracting with or by any Federal or State department or agency may be
terminated at the sole discretion of the Commission.
E-Verify. Contractor shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General
Statutes. Further, if the Contractor utilizes a subcontractor, the Contractor shall require the subcontractor to comply with
the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes.

RFP25105 Managed Security Service Provider Page 31 of 34


Iran Divestment Act. Contractor hereby certifies that it is not on the North Carolina State Treasurer’s list of persons
engaging in business activities in Iran, prepared pursuant to NCGS §147-86.58, nor will Contractor utilize on this Agreement
any subcontractor on such list.
Divestment From Companies That Boycott Israel. Contractor hereby certifies that it is not on the North Carolina
State Treasurer’s list of companies engaged in a boycott of Israel in violation of NCGS 147-86.80 et. seq. and that it will
not utilize on this agreement any subcontractor on said list.
Public Records and Confidential Information. All non-confidential information and documents provided by the
Contractor to the Commission shall be treated as a public record under N.C.G.S. 132-1 et. seq. All information or documents
provided by the Contractor to the Commission and marked as “confidential” or with a similar designation under N.C.G.S.
132-1.2 will be treated by the Commission as confidential and will not be disclosed to any person without the prior written
consent of the Contractor, if it meets the criteria outlined in N.C.G.S. 132-1.2 (1)(a through d). However, the Contractor
hereby agrees that said confidential information can be reviewed internally by City staff and by the Commission and any
appropriate Commission committee involved in the process of awarding Commission contracts. The Contractor agrees to
indemnify and hold harmless the Commission, the City, and their respective officers, employees, elected officials and agents
from all costs, damages, and expenses incurred in connection with refusing to disclose any material that the Contractor has
designated as confidential pursuant to N.C.G.S. 132-1.

Right to Audit. To confirm compliance with the terms of this Agreement, the City's MWBE program, local, state,
and federal laws and regulations, the Commission may, at all reasonable times upon reasonable prior notice during usual
business hours, inspect, audit and examine for a period up to five (5) years after completion of the service or project detailed
in this Agreement, all accounts and books of Contractor and, where necessary, make copies of the Contractor's documents
necessary to determine compliance. Such right may be exercised through any agent or employee of Commission or City or
by independent certified public accountants designated by the Commission. The Contractor shall permit the aforementioned
inspection, audit and examination, and where necessary, the Commission or City to make copies of documents verifying
compliance as indicated herein.

Nondiscrimination Ordinance. As a condition of entering into this contact, the Contractor represents and warrants
that it will fully comply with the City's Non-Discrimination Policy, as set forth in Chapter 2, Section 2-8 Entitled “Policy
of Nondiscrimination” of the Winston-Salem City Code. As part of such compliance, the Contractor shall not discriminate
on the basis of race, ethnicity, color, creed, religion, sex, sexual orientation, gender identity, gender expression, pregnancy,
veteran status, disability, age, marital status, familial status, protected hairstyle, political affiliation or national origin in the
screening of applicants, the hiring and treatment of its employees, the provision of the goods and/or services set forth herein,
or the solicitation, selection, hiring, or treatment of its subcontractors, vendors or suppliers, (hereinafter collectively
“subcontractors”), if any, in connection with this contract or the contract solicitation process if applicable, nor shall the
Contractor retaliate against any person or entity for reporting instances of such discrimination. The Contractor shall enact
employment policies consistent with this obligation to refrain from such discrimination and shall provide evidence of such
to the Commission within 90 calendar days of the first receipt of Commission funds. The Contractor shall provide equal
opportunity for subcontractors to participate in all of its subcontracting and supply opportunities, if any, under this contract,
provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of
marketplace discrimination that has occurred or is occurring in the marketplace. The Contractor understands and agrees that
a violation of this clause shall be considered a material breach of this contract and may result in termination of this contract,
disqualification of the Contractor from participating in future Commission contracts pursuant to Winston-Salem City Code
Section 2-3 or other sanctions. Furthermore, as a condition of entering into this contract, the Contractor agrees to: (a)
promptly provide to the Commission in a format specified by the Commission all information and documentation that may
be requested by the Commission from time to time regarding the screening of applicants, the hiring and treatment of its
employees particularly if Commission funds were used in connection with hiring and compensation process, and the
solicitation, selection, treatment and payment of subcontractors, if any, in connection with this Agreement; and (b) if
requested, provide to the Commission within sixty days after the request a truthful and complete list of the names of all
subcontractors that the Grantee has used under this contract, including the total dollar amount paid by the Contractor on
each subcontract or supply contract. The Contractor further agrees to fully cooperate in any investigation conducted by the
Commission pursuant to the City’s Nondiscrimination Policy, to provide any documents, relevant to such investigation, that
are requested by the Commission. The Contractor agrees to provide to the Commission from time to time on the
Commission’s request, payment affidavits detailing the amounts paid by the Contractor to subcontractors and suppliers in
connection with this contract within a certain period of time. Such affidavits shall be in the format specified by the

RFP25105 Managed Security Service Provider Page 32 of 34


Commission from time to time. Nothing in this contract shall negate or diminish the requirements of the City’s MWBE
program. Nothing in this contract shall infringe upon any rights afforded to the Contractor by state or federal law.

Non-Appropriations Clause. The City’s obligations under this contract are contingent upon funds being
appropriated from which payment can be made under this contract. In the event the City of Winston-Salem does not
appropriate funds or sufficient funds for this contract in any given fiscal year, the City of Winston-Salem has the right, in
any given fiscal year, to terminate this contract without penalty or liability of any sort.

IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized
representatives and signed under seal on the day and the year first above written.

ATTEST: CITY OF WINSTON-SALEM

(seal) (seal)
City Clerk or City Manager

This instrument has been pre-audited in the manner Approved as to form and legality.
required by the Local Government Budget and Fiscal
Control Act.

This the day of , 20 . This the day of , 20 .

Chief Finance Officer City Attorney

If Contractor has a corporate seal, please affix the seal below, in the empty space to the right of the Contractor’s
signatory’s signature. If not, please complete the paragraph below.

I, (Print Name) certify that I am the


(Print Position Title) for the Contractor and that I am authorized to execute contracts on behalf of the Contractor, which
entity does not have a corporate seal; however, for purposes of the statute of limitations (NCGS § 1-47), both parties will
treat this contract as if a corporate seal has been affixed hereto.

ATTEST: CONTRACTOR

(seal) (seal)
Witness Signature Authorized Signature

/ /
Print Name/Title Print Name/Title

In the event that the person executing this Agreement on behalf of the Contractor is the only available officer of the
company or is an individual doing business individually or as a trade name, please have the person’s signature
notarized below.
County of __________________________________ State of ____________________________
I certify that the following person(s) personally appeared before me this day, each acknowledging to me that he or she
signed the foregoing document:______________________________(names of individuals)

Sworn to or subscribed before me on this the _____ day of ____________________, 20____.


_______________________________________
Official Signature of Notary
(Official Seal) ___________________________,Notary Public
Notary’s Printed Name
My commission expires:____________________

RFP25105 Managed Security Service Provider Page 33 of 34


THIS IS A SAMPLE DOCUMENT FOR REFERENCE ONLY

Exhibit A

Project/Bid Description: Contract for


Bidder's Company Name:
City/State:

WORKFORCE DEMOGRAPHICS
Gender Race/Ethnic Identification
African- Native-
Male Female White American Hispanic Asian American Total
0
% of
Total
Prepared by:
Name of Preparer
(Print or Type)

(Signature)

(Title)

Phone Number:

Email Address

The above demographic data is provided to reflect generally the company's efforts to achieve diversity in
the workplace in compliance with the applicable equal employment opportunity laws; however, this
information is not dispositive of such and may not be used as the basis for awarding or rejecting a bid
contract.

RFP25105 Managed Security Service Provider Page 34 of 34

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy