REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program

Similar documents
REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Updated. The Minimalist s Guide to the New Procurement Standards in 2 CFR Part 200 Uniform Guidance

CHAPTER 4 PROCUREMENT STANDARDS I. INTRODUCTION... 1 II. GENERAL PROCUREMENT STANDARDS... 1

PROCUREMENT POLICY FOR FEDERAL GRANTS

REQUEST FOR PROPOSAL (RFP) PROPOSAL DEADLINE TIME/DATE: May 24, 2018 at 10:00 AM

General Procurement Requirements

OMB Uniform Grant Guidance and NM Procurement

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

Title 24: Housing and Urban Development

$35,750 $40,850 $45,950 $51,050 $55,150 $59,250 $63,350 $67,400

REQUEST FOR PROPOSALS (RFP) # Revised from Management Software for Childcare Services

SOP Procurement Standard Operating Procedures Grow Southwest Indiana Region 11 RWB Approval Date: 08/26/2011

Subrecipient Profile Questionnaire

EXHIBIT A SPECIAL PROVISIONS

Texas Department of Transportation Page 1 of 19 Public Transportation. (a) Purpose. Title 49 U.S.C. 5329, authorizes the

Outgoing Subagreements: Subawards and Subcontracts

The Uniform Guidance and Procurement TEXAS ASSOCIATION OF COUNTY AUDITORS

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

Uniform Guidance Overview. Why did the federal government implement the Uniform Guidance?

Pontiac Public Library. Request for Proposal. For Forensic Audit Services. For the period. July 1, 2012 to December 31, 2013

Comparison of Federal and State Procurement Requirements For FEMA Public Assistance Grants to North Carolina Local Governments

APPENDIX D CHECKLIST FOR PROPOSALS

University of San Francisco Office of Contracts and Grants Subaward Policy and Procedures

EDGAR and Procurement CHOICE PARTNERS OCTOBER 12, 2016

Issued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018

CHILD START, INC. REQUEST FOR PROPOSAL FOR AUDIT SERVICES AND TAX RETURN PREPARATION FOR THE PERIOD MAY 1, APRIL 30, 2016

APRIL 2009 COMMUNITY DEVELOPMENT BLOCK GRANTS/STATE S PROGRAM NORTH CAROLINA SMALL CITIES CDBG AND NEIGHBORHOOD STABILIZATION PROGRAM

Single Audit Entrance Conference Uniform Guidance Refresher

NOTE: There is no audio right now; don t worry if you can t hear anything!

SECTION 3 POLICY & PROGRAM

FEMA Reimbursement Will They or Won't They?

Below are five basic procurement methods common to most CDBG projects:

Philadelphia Youth Network. A-133 Request for Proposal For Audit and Tax Services. For the period. July 1, 2015 to June 30, 2016

RESOLUTION NUMBER 2877

PURPOSE Appendix A BACKGROUND

Arizona Department of Education

HOME Investment Partnerships Program

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Job Creation Initiative Section 3. L. Marcela Vargas Monica Chevalier NC Commerce, Community Investment and Assistance NCCDA May 17, 2012

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Grants Management Scenarios

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

CAPITALIZATION GRANT FOR STATE REVOLVING FUND. U.S. Environmental Protection Agency

FTA FISCAL YEAR 2018 CERTIFICATIONS AND ASSURANCES PREFACE

CALCASIEU PARISH POLICE JURY PROCUREMENT POLICY TABLE OF CONTENTS

TABLE OF CONTENTS. Request for Proposals (RBFF-18-C-387) STRATEGIC PLANNING FACILITATOR I. Request for Proposals. II.

FOR PROFESSIONAL DESIGN SERVICES

The Section 3 Clause. HACSJ Section 3 Form and Explanation (Rev 2013,03.01) Page 1 of 7

Request for Proposals (RFP) Strategic Advisor, Diversity in Children s Content Production May 2016 FILING DEADLINE: June 22, 2016

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

GRANTS AND CONTRACTS (FINANCIAL GRANTS MANAGEMENT)

REQUEST FOR PROPOSAL (RFP) PROJECT MANAGEMENT CEDAR BAND TRAVEL PLAZA ENTERPRISE

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

HIGHWAY PLANNING AND CONSTRUCTION SAFE ROUTES TO SCHOOL PROGRAM (SRTS) U. S. Department of Transportation

U. S. ARMY RESEARCH OFFICE GENERAL TERMS AND CONDITIONS FOR GRANT AWARDS TO EDUCATIONAL INSTITUTIONS AND OTHER NONPROFIT ORGANIZATIONS

Notice of Support Availability: Pay for Success Administrative Data (PFS-AD) Training and Technical Assistance Services Issued: April 13 th, 2017

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

Whatcom County Request for Qualifications RFQ #15-01

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR PROPOSAL WORK READINESS PROGRAM PY18

Subrecipient Risk Assessment and Monitoring of Northeastern University Issued Subawards

Section 3 Sample Plan Template

Open FAR Cases as of 2/9/ :56:25AM

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES

REQUEST FOR PROPOSALS RFP NO.:

#NLCU. Lessons Learned from Crisis Leadership

SOUTHEAST MICHIGAN COMMUNITY ALLIANCE (SEMCA)

GOODWILL YOUTHBUILD GED/High School Education Instruction

DEKALB COUNTY GOVERNMENT

Implementing the OMB s Super Circular (aka UGG) Presented by: Anne Fritz, Finance Director, City of St. Petersburg, Florida

REGION III EDUCATION SERVICE CENTER 1905 Leary Lane, Victoria, Texas Phone: (361) Fax: (361)

1. Request for Proposal Services

Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018

Procurement Policies. and. Procedures. Manual

Welcome! OVERVIEW. Uniform Guidance Procurement Requirements for NC Local Governments UNC School of Government Webinar Presentation April 24, 2018

CAPITALIZATION GRANTS FOR CLEAN WATER STATE REVOLVING FUNDS. U.S. Environmental Protection Agency

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

RESEARCH GRANT SCHEDULE. 1. Grant Title: Research and Analysis of the Performance of Hurricane and Flood Protection Projects in Southeast Louisiana

Uniform Bid Process and Contractor Relations

REQUEST FOR PROPOSALS

Best-Value Procurement Manual. MnDOT Office of Construction and Innovative Contracting (OCIC)

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

EXHIBIT A SCOPE OF WORK

Cambridge Housing Authority Section 3 Policy

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

Small Business Subcontracting Plans & Reporting

Fort Bend Independent School District. Small Business Enterprise Program Procedures

WEATHERIZATION ASSISTANCE PROGRAM. Procurement. Trainer s Manual Three Hour Workshop

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

Department of Contracts, Grants and Financial Administration, Texas Education Agency 1/26/18

OMB Uniform Guidance: Cost Principles, Audit, and Administrative Requirements for Federal Awards

Fiscal Compliance: Desk Audit and Fiscal Monitoring Reviews

REQUEST FOR PROPOSAL FOR AUDIT SERVICES RFP W.E. Upjohn Institute for Employment Research 300 S. Westnedge Ave. Kalamazoo, MI 49007

Transcription:

REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN National Kidney Foundation of Michigan s Diabetes Prevention Program Description of Project Local Initiatives Support Corporation (LISC) is dedicated to helping community residents transform distressed neighborhoods into healthy and sustainable communities of choice and opportunity good places to work, do business and raise children. LISC mobilizes corporate, government and philanthropic support to provide local community development organizations with, in part, grants and technical and management assistance. LISC is a national organization with a community focus. Our program staff is based in every city and many of the rural areas where LISC-supported community development takes shape. In collaboration with local community development groups, LISC staff help identify priorities and challenges, delivering the most appropriate support to meet local needs. LISC offers a wide range of technical assistance and organizational support (either directly or through the engagement of qualified firms) to assist local community organizations rebuild their neighborhoods. Through a network of 31 local field offices in urban areas, Rural LISC that works in 44 states, and a range of national programs, LISC provides these groups with expert technical assistance to undertake revitalization activities: affordable housing, retail, and facility development; organizational capacity building; and increasingly, programs that improve quality-of-life such as community safety, youth recreation, education and family income and wealth-building. See www.lisc.org for more information. LISC was awarded a federal grant from the Social Innovation Fund (SIF), which is administered by the Corporation for National & Community Service, to advance the field of Pay for Success (PFS) by providing transaction structuring services to PFS projects that are ready to scale from a pilot/feasibility stage to development and launch. PFS is a contracting mechanism whereby a government entity/back-end payor contracts with an intermediary organization to deliver social services in exchange for payment upon achievement of outcomes. The PFS model seeks to change the way public resources are deployed for social program contracts by increasing efficiency and accountability through lower-cost preventive interventions that have long-term positive effects for individuals together with long-term savings to increasingly strained public budgets. PFS works by tapping private capital, as needed, to provide upfront financing for social programs, thereby transferring the risk to the private sector, with the agreement that a public or other funding source will repay investors if the program demonstrates success through the achievement of measurable agreed upon outcomes, i.e., there is evidence that people have in fact been helped. It encourages cooperation between local groups, the private and philanthropic sectors, and government, in keeping with LISC s approach to community development. Pay for Success adds to LISC s financial toolkit of lending, equity and grants that help local groups build stronger neighborhoods and improve the lives of residents. LISC is assisting service providers and other stakeholders in need of transaction structuring services to help launch their PFS projects. In accordance with the funding it received from SIF, in mid-september 2016, LISC launched a Request for Proposals to solicit PFS projects that are seeking transaction structuring services. Request for Proposals for LISC Pay for Success Evaluation Design 1

After conducting a comprehensive evaluation of applications from across the country, LISC has selected three projects that it will move from the feasibility/pilot phase to an executed PFS contract and fully developed program. LISC is seeking experienced experts that can draft an evaluation design that will assess the efficacy of the National Kidney Foundation of Michigan s Diabetes Prevention Program. Description of Pay for Success Program Intervention The Diabetes Prevention Center (DPC), a division of the National Kidney Foundation of Michigan (NKFM) will utilize LISC Pay for Success transaction structuring services to combat the diabetes epidemic through the Diabetes Prevention Program (DPP). The DPP is a year-long, evidencebased lifestyle change program. Trained lifestyle coaches will work with approximately 3,500 program participants at risk for Type 2 diabetes through a weight loss program and other health and lifestyle interventions. Measurable outcomes may include tracking weight loss and participation in healthy food/lifestyle classes with the goal of preventing at-risk participants from getting Type 2 diabetes. Working with a vast and diverse array of implementation partners and back-end payors, the DPC will implement the DPP in underserved, low-income, economically distressed communities in six Michigan counties. The target population being served will primarily be Medicaid eligible Black and Hispanic adults who are at risk for Type 2 diabetes. The DPP is an innovative program because it will seek to scale a proven medical intervention to serve a larger population while bringing new back-end payors to the table including health insurance companies and Medicaid. The National Kidney Foundation of Michigan s application for LISC Pay for Success Transaction Structuring Services is available upon request by emailing PayforSuccess@lisc.org. Project Scope of Work This Request for Proposals (RFP) is intended to select a firm to prepare a draft and final evaluation design. This design shall ensure that the subsequent evaluation will meet the SIF standard of moderate evidence, as defined here. The evaluation design shall contain: a. A specification of the research questions to be answered by the evaluation. b. A proposed methodology for answering the research questions, including a justification for the overall approach as well as: specification of treatment and comparison groups, a sampling design, if appropriate, including power analysis, and proposed data collection instruments. This section shall include a justification for the methodological, sampling and data collection approaches. c. A data collection plan that specifies the scope, timing, and duration of data collection, sources of administrative data, plans for ensuring the quality of data collected or obtained, a plan for ensuring protection of human subjects and personally identifiable information, a data-sharing agreement, if necessary, and a process for third-party validation of data, also if necessary. We do not expect that an OMB clearance will be required. d. An analysis plan that contains a clear and concise summary of how the collected data are to be analyzed. e. An outline of the planned contents of draft and final reports. Request for Proposals for LISC Pay for Success Evaluation Design 2

In preparing this design, the evaluator shall: f. Review a previous initial feasibility assessment / cost benefit analysis to help define final specifications of Pay for Success outcomes metric definitions, measurement approaches, timing and any additional data needs. g. Work with project parties to coordinate any data sharing agreements, access to administrative data, and infrastructure needs for evaluation, including policies and procedures related to data security and the safe transmission of data. h. Participate in project calls and meetings with various project partners, including but not limited to LISC and the National Kidney Foundation of Michigan, to the extent that these calls and meetings will inform the firm s evaluation design. i. Ensure that the research design will meet industry-standard IRB requirements. j. Incorporate feedback from LISC and project partners based on review of a draft plan and produce a final Evaluation Plan. Proposal Guidelines and Requirements A firm will be engaged based on a time-spent basis and is requested to submit hourly rates with a maximum amount of time needed to complete the above scope of work. Firms must note and consider that LISC will be setting a maximum cap of $45,000 for evaluation design services for an individual PFS project. The firm must note that this is a cost-reimbursable contract and that the firm exceeds the maximum cap of $45,000 at its own risk. The cap includes funds to reimburse the firm for any allowable travel related expenses, including but not limited to transportation, meals, and lodging. The fee you quote should take into account and be inclusive of all ancillary charges (phone charges, e.g.). If your fee excludes certain services or charges (including reasonable and necessary out-of-pocket expenses estimated for the scope of work), you must provide a detailed list of excluded fees with a complete explanation of the nature of those fees. Bidders that apply for the evaluation design RFP are not precluded from any subsequent bids to the evaluation itself. Reporting The evaluation design expert will be required to prepare periodic reports updating LISC on the progress of a final evaluation design recommendation. In addition, the evaluation design expert will be required to submit to LISC a final report (the Evaluation Design) for the National Kidney Foundation of Michigan s PFS intervention. Qualifications and Evaluation Criteria Firms and organizations will be evaluated on the following characteristics: A for-profit or non-profit entity that has experience drafting and finalizing evaluation designs for social service programs. Experience acquiring and analyzing administrative data from government agencies and non-profit organizations. A history of responsiveness, good communication skills, and ability to participate in stakeholder meetings. In addition, the evaluation firm or organization must not be suspended or debarred from receiving federal funds, as evidenced in the System for Awards Management (SAM). Application Materials Request for Proposals for LISC Pay for Success Evaluation Design 3

Responses to this RFP should not exceed 3-5 pages (excluding bios, résumés, and references attached to the submission) of substantive content, directly addressing the scope of work and qualifications criteria outlined above. Bios, résumés, references, and other background information should be attached as addenda, as necessary. A complete response package must include the following materials: 1. The following items outlined in order and should not exceed 3-5 pages: Responses to the RFP must detail capabilities and experience in creating evaluation design. The firm can also highlight any special concerns that may affect their pricing. Narrative description of your experience providing services in each area outlined in the project scope of work as well as the resulting organizational outcomes, and success rates from past technical assistance interventions. A proposed hourly (with a projection of hours not to be exceeded for each task) or task-based rate from the firm for the price of its services. o Show allocation of hours across personnel proposed for this work. Please attach the résumés of the consulting entity (together with résumés of key personnel). 2. Samples of at least 2 final evaluation designs for prior social service programs and interventions. 3. References that correspond to the sample finalized evaluation designs that the firm submits and comment on the firm s history of responsiveness and communication. 4. Completed W-9 Form (December 2014 version). Contact Information and Deadline for Submissions Submissions to this RFP will be due on April 3, 2017. LISC expects to announce the recipient of the award on approximately April 17, 2017. LISC expects to procure and award the contract for evaluation design from April 17, 2017 to July 27, 2018. Please submit all information requested above to PayforSuccess@lisc.org. Questions about this RFP should only be directed to the email identified above. This RFP can be found on LISC s website at www.lisc.org. LISC is committed to working with SBEs, MBEs, and WBEs, and encourages proposals from SBEs, MBEs, and WBEs. LISC IS AN EQUAL OPPORTUNITY EMPLOYER COMMITTED TO DIVERSITY & INCLUSION Additional Considerations All contracts funded with federal funds, including small purchases, shall contain, and each firm selected for an engagement must be able to comply with, the following provisions as applicable: 1. Contracts in excess of the small purchase threshold shall contain contractual provisions or conditions that allow for administrative, contractual, or legal remedies in instances in which a contractor violates or breaches the contract terms, and provide for such remedial actions as may be appropriate. 2. All contracts in excess of the small purchase threshold shall contain suitable provisions for termination by the recipient, including the manner by which termination shall be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the Request for Proposals for LISC Pay for Success Evaluation Design 4

contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. 3. Except as otherwise required by statute, an award that requires the contracting (or subcontracting) for construction or facility improvements shall provide for the recipient to follow its own requirements relating to bid guarantees, performance bonds, and payment bonds unless the construction contract or subcontract exceeds $100,000. For those contracts or subcontracts exceeding $100,000, the applicable federal agency may accept the bonding policy and requirements of the recipient, provided such federal agency has made a determination that the Federal Government's interest is adequately protected. If such a determination has not been made, the minimum requirements shall be as follows: (a) A bid guarantee from each bidder equivalent to five percent of the bid price. The bid guarantee shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder shall, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. (b) A performance bond on the part of the contractor for 100 percent of the contract price. A performance bond is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. (c) A payment bond on the part of the contractor for 100 percent of the contract price. A payment bond is one executed in connection with a contract to assure payment as required by statute of all persons supplying labor and material in the execution of the work provided for in the contract. (d) Where bonds are required in the situations described herein, the bonds shall be obtained from companies holding certificates of authority as acceptable sureties pursuant to 31 CFR part 223, Surety Companies Doing Business with the United States. 4, All negotiated contracts (except those for less than the small purchase threshold) awarded by recipients shall include a provision to the effect that the recipient, the applicable federal agency, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the contractor which are directly pertinent to a specific program for the purpose of making audits, examinations, excerpts and transcriptions. 5. Equal Employment Opportunity All contracts shall contain a provision requiring compliance with E.O. 11246, Equal Employment Opportunity (30 FR 12319, 12935, 3 CFR, 1964-1965 Comp., p. 339), as amended by E.O. 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and as supplemented by regulations at 41 CFR part 60, Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor. 6. Copeland Anti-Kickback Act (18 U.S.C. 874 and 40 U.S.C. 276c) All contracts and subgrants in excess of $2000 for construction or repair awarded by recipients and subrecipients shall include a provision for compliance with the Copeland Anti-Kickback Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR part 3, Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Request for Proposals for LISC Pay for Success Evaluation Design 5

Grants from the United States ). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency. 7. Davis-Bacon Act, as amended (40 U.S.C. 276a to a-7) When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR part 5, Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction ). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency. 8. Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333) Where applicable, all contracts awarded by recipients in excess of $2000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers shall include a provision for compliance with sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-333), as supplemented by Department of Labor regulations (29 CFR part 5). Under section 102 of the Act, each contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11 2 times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 9. Rights to Inventions Made Under a Contract or Agreement Contracts or agreements for the performance of experimental, developmental, or research work shall provide for the rights of the Federal Government and the recipient in any resulting invention in accordance with 37 CFR part 401, Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements, and any implementing regulations issued by the awarding agency. 9. Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Request for Proposals for LISC Pay for Success Evaluation Design 6

10. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 11. Debarment and Suspension (E.O.s 12549 and 12689) A contract award with an amount expected to equal or exceed $25,000 and certain other contract awards (see 2 CFR 180.220) shall not be made to parties listed on the government-wide Excluded Parties List System, in accordance with the OMB guidelines at 2 CFR part 180 that implement E.O.s 12549 (3 CFR, 1986 Comp., p. 189) and 12689 (3 CFR, 1989 Comp., p. 235), Debarment and Suspension. The Excluded Parties List System contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than E.O. 12549. 12. Subaward Reporting. LISC may be required to report awards of contracts using certain federal funds in the federal government-wide website www.fsrs.gov or its successor system. Starting with awards made October 1, 2010, prime financial assistance awardees (such as LISC) receiving funds directly from a federal agency are required to report subawards and executive compensation information both for the prime award and subaward recipients, including awards made as pass-through awards or awards to vendors, where both the initial award is $25,000 or greater or the cumulative award will be $25,000 or greater if funded incrementally as directed by the applicable federal agency in accordance with OMB guidance. If subaward recipients executive compensation is reported through the Central Contractor Registration (CCR) (now the System for Award Management (SAM)) system, the prime recipient (i.e. LISC) is not required to report this information. The reporting of award and subaward information is in accordance with the requirements of Federal Financial Assistance Accountability and Transparency Act of 2006, as amended by section 6202 of Public Law 110-252, hereafter referred to as the Transparency Act and OMB Guidance issued to the Federal agencies on September 14, 2010 (75 FR 55669) and in OMB Policy guidance. If applicable, LISC would have until the end of the month plus one additional month after a subaward or pass-through award is obligated to fulfill the reporting requirement. Prime recipients (such as LISC) are required to report certain information pertaining to the firm and/or the award for applicable subawards. This information will be displayed on a public government website pursuant to the Transparency Act. 13. Small Business Enterprises, Minority-Owned Business Enterprises, and Women-Owned Business Enterprises... LISC is committed to working with Small Business Enterprises (SBEs), Minority-Owned Business Enterprises (MBEs), and Women-Owned Business Enterprises (WBEs). LISC encourages submissions from SBEs, MBEs, and WBEs 14. Intellectual Property. Any reports or other deliverables produced pursuant to a scope of work or contract will be the sole property of LISC (except to the extent rights are reserved by the applicable federal agency). Request for Proposals for LISC Pay for Success Evaluation Design 7

Request for Proposals for LISC Pay for Success Evaluation Design 8