154
RFP # 34800-110521 1 STATE OF TENNESSEE TENNESSEE BUREAU OF INVESTIGATION REQUEST FOR PROPOSALS FOR ELECTRONIC FINGERPRINT SERVICES FOR APPLICANTS RFP # 34800-110521 RFP CONTENTS SECTIONS: 1. INTRODUCTION 2. RFP SCHEDULE OF EVENTS 3. RESPONSE REQUIREMENTS 4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS 5. EVALUATION & CONTRACT AWARD ATTACHMENTS: 6.1. Response Statement of Certifications & Assurances 6.2. Technical Response & Evaluation Guide 6.3. Cost Proposal & Scoring Guide 6.4. Reference Questionnaire 6.5. Score Summary Matrix 6.6. Pro Forma Contract 1. INTRODUCTION

RFP 34800-110521 Electronic Fingerprinting.pdf - TN.gov

Embed Size (px)

Citation preview

RFP # 34800-110521 1

STATE OF TENNESSEE

TENNESSEE BUREAU OF INVESTIGATION

REQUEST FOR PROPOSALS FOR

ELECTRONIC FINGERPRINT SERVICES FOR APPLICANTS RFP # 34800-110521

RFP CONTENTS

SECTIONS:

1. INTRODUCTION

2. RFP SCHEDULE OF EVENTS

3. RESPONSE REQUIREMENTS

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

5. EVALUATION & CONTRACT AWARD

ATTACHMENTS:

6.1. Response Statement of Certifications & Assurances

6.2. Technical Response & Evaluation Guide

6.3. Cost Proposal & Scoring Guide

6.4. Reference Questionnaire

6.5. Score Summary Matrix

6.6. Pro Forma Contract

1. INTRODUCTION

RFP # 34800-110521 2

The State of Tennessee, TENNESSEE BUREAU OF INVESTIGATION, hereinafter referred to as “the State,” has issued this Request for Proposals (RFP) to define minimum contract requirements; solicit responses; detail response requirements; and, outline the State’s process for evaluating responses and selecting a contractor to provide the needed goods or services.

Through this RFP, the State seeks to procure necessary goods or services at the most favorable, competitive prices and to give ALL qualified respondents, including those that are owned by minorities, women, service-disabled veterans, persons with disabilities and small business enterprises, an opportunity to do business with the state as contractors, subcontractors or suppliers.

1.1 Statement of Procurement Purpose

The State is soliciting the services of a Contractor who can provide a “turn-key” solution for performing electronic fingerprint services on individuals statutorily eligible for a criminal history background check and any associated Processing involved in the collection and submission of fingerprints to the State.

1.2. Scope of Service, Contract Period, & Required Terms and Conditions

The RFP Attachment 6.6., Pro Forma Contract details the State’s requirements: ▪ Scope of Services and Deliverables (Section A); ▪ Contract Period (Section B); ▪ Payment Terms (Section C); ▪ Standard Terms and Conditions (Section D); and, ▪ Special Terms and Conditions (Section E). The pro forma contract substantially represents the contract document that the successful Respondent must sign.

1.3. Nondiscrimination

No person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of a Contract pursuant to this RFP or in the employment practices of the Contractor on the grounds of handicap or disability, age, race, creed, color, religion, sex, national origin, or any other classification protected by federal, Tennessee state constitutional, or statutory law. The Contractor pursuant to this RFP shall, upon request, show proof of such nondiscrimination and shall post in conspicuous places, available to all employees and applicants, notices of nondiscrimination.

1.4. RFP Communications

1.4.1. The State has assigned the following RFP identification number that must be referenced in all communications regarding this RFP: RFP # 34800-110521

1.4.2. Unauthorized contact about this RFP with employees or officials of the State of Tennessee

except as detailed below may result in disqualification from consideration under this procurement process.

1.4.2.1. Prospective Respondents must direct communications concerning this RFP to

the following person designated as the Solicitation Coordinator: Mike Bentheimer Central Procurement Office 312 Rosa L Parks Ave, 3rd Floor Nashville, TN 37243

RFP # 34800-110521 3

615-532-1922 [email protected]

1.4.2.2. Notwithstanding the foregoing, Prospective Respondents may alternatively contact:

a. staff of the Governor’s Office of Diversity Business Enterprise for assistance available to minority-owned, woman-owned, service-disabled veteran-owned, businesses owned by persons with disabilities, and small businesses as well as general, public information relating to this RFP (visit

https://www.tn.gov/generalservices/procurement/central-procurement-office--

cpo-/governor-s-office-of-diversity-business-enterprise--godbe--/godbe-general-

contacts.html for contact information); and

b. the following individual designated by the State to coordinate compliance with the nondiscrimination requirements of the State of Tennessee, Title VI of the Civil Rights Act of 1964, the Americans with Disabilities Act of 1990, and associated federal regulations: Lauren Hewgley Tennessee Bureau of Investigation

901 R.S. Gass Blvd. Nashville, TN 37216 615.744.4284

1.4.3. Only the State’s official, written responses and communications with Respondents are binding with regard to this RFP. Oral communications between a State official and one or more Respondents are unofficial and non-binding.

1.4.4. Potential Respondents must ensure that the State receives all written questions and comments,

including questions and requests for clarification, no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events.

1.4.5. Respondents must assume the risk of the method of dispatching any communication or response

to the State. The State assumes no responsibility for delays or delivery failures resulting from the Respondent’s method of dispatch. Actual or digital “postmarking” of a communication or response to the State by a specified deadline is not a substitute for the State’s actual receipt of a communication or response.

1.4.6. The State will convey all official responses and communications related to this RFP to the

prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to RFP Section 1.7).

1.4.7. The State reserves the right to determine, at its sole discretion, the method of conveying official,

written responses and communications related to this RFP. Such written communications may be transmitted by mail, hand-delivery, facsimile, electronic mail, Internet posting, or any other means deemed reasonable by the State. For internet posting, please refer to the following

website: https://www.tn.gov/generalservices/procurement/central-procurement-office--cpo-

/supplier-information/request-for-proposals--rfp--opportunities1.html. 1.4.8. The State reserves the right to determine, at its sole discretion, the appropriateness and

adequacy of responses to written comments, questions, and requests related to this RFP. The State’s official, written responses will constitute an amendment of this RFP.

1.4.9. Any data or factual information provided by the State (in this RFP, an RFP amendment or any

other communication relating to this RFP) is for informational purposes only. The State will make reasonable efforts to ensure the accuracy of such data or information, however it is the

RFP # 34800-110521 4

Respondent’s obligation to independently verify any data or information provided by the State. The State expressly disclaims the accuracy or adequacy of any information or data that it provides to prospective Respondents.

1.5. Assistance to Respondents With a Handicap or Disability

Prospective Respondents with a handicap or disability may receive accommodation relating to the communication of this RFP and participating in the RFP process. Prospective Respondents may contact the Solicitation Coordinator to request such reasonable accommodation no later than the Disability Accommodation Request Deadline detailed in the RFP Section 2, Schedule of Events.

1.6. Respondent Required Review & Waiver of Objections

1.6.1. Each prospective Respondent must carefully review this RFP, including but not limited to, attachments, the RFP Attachment 6.6., Pro Forma Contract, and any amendments, for questions, comments, defects, objections, or any other matter requiring clarification or correction (collectively called “questions and comments”).

1.6.2. Any prospective Respondent having questions and comments concerning this RFP must provide

them in writing to the State no later than the Written Questions & Comments Deadline detailed in the RFP Section 2, Schedule of Events.

1.6.3. Protests based on any objection to the RFP shall be considered waived and invalid if the

objection has not been brought to the attention of the State, in writing, by the Written Questions & Comments Deadline.

1.7. Notice of Intent to Respond

Before the Notice of Intent to Respond Deadline detailed in the RFP Section 2, Schedule of Events, prospective Respondents should submit to the Solicitation Coordinator a Notice of Intent to Respond (in the form of a simple e-mail or other written communication). Such notice should include the following information: ▪ the business or individual’s name (as appropriate); ▪ a contact person’s name and title; and ▪ the contact person’s mailing address, telephone number, facsimile number, and e-mail address A Notice of Intent to Respond creates no obligation and is not a prerequisite for submitting a response, however, it is necessary to ensure receipt of any RFP amendments or other notices and communications relating to this RFP.

1.8. Response Deadline

A Respondent must ensure that the State receives a response no later than the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events. The State will not accept late responses, and a Respondent’s failure to submit a response before the deadline will result in disqualification of the response. It is the responsibility of the Respondent to ascertain any additional security requirements with respect to packaging and delivery to the State of Tennessee. Respondents should be mindful of any potential delays due to security screening procedures, weather, or other filing delays whether foreseeable or unforeseeable.

RFP # 34800-110521 5

2. RFP SCHEDULE OF EVENTS

2.1. The following RFP Schedule of Events represents the State’s best estimate for this RFP.

EVENT

TIME

(central time zone)

DATE

1. RFP Issued March 28, 2022

2. Disability Accommodation Request Deadline 2:00 p.m. April 1, 2022

3. Notice of Intent to Respond Deadline 2:00 p.m. April 6, 2022

4. Written “Questions & Comments” Deadline 2:00 p.m. April 12, 2022

5. State Response to Written “Questions & Comments”

April 20, 2022

6. Response Deadline 2:00 p.m. April 28, 2022

7. State Completion of Technical Response Evaluations

May 4, 2022

8. State Opening & Scoring of Cost Proposals 2:00 p.m. May 6, 2022

9. State Notice of Intent to Award Released and RFP Files Opened for Public Inspection

2:00 p.m. May 10, 2022

10. End of Open File Period May 18, 2022

11. State sends contract to Contractor for signature May 20, 2022

12. Contractor Signature Deadline 2:00 p.m. May 24, 2022

2.2. The State reserves the right, at its sole discretion, to adjust the RFP Schedule of Events as it

deems necessary. Any adjustment of the Schedule of Events shall constitute an RFP amendment, and the State will communicate such to prospective Respondents from whom the State has received a Notice of Intent to Respond (refer to section 1.7).

RFP # 34800-110521 6

3. RESPONSE REQUIREMENTS

3.1. Response Form

A response to this RFP must consist of two parts, a Technical Response and a Cost Proposal.

3.1.1. Technical Response. RFP Attachment 6.2., Technical Response & Evaluation Guide provides

the specific requirements for submitting a response. This guide includes mandatory requirement items, general qualifications and experience items, and technical qualifications, experience, and approach items all of which must be addressed with a written response and, in some instances, additional documentation.

NOTICE: A technical response must not include any pricing or cost information. If any pricing or cost information amounts of any type (even pricing relating to other projects) is included in any part of the technical response, the state may deem the response to be non-responsive and reject it.

3.1.1.1. A Respondent should duplicate and use the RFP Attachment 6.2., Technical Response

& Evaluation Guide to organize, reference, and draft the Technical Response by duplicating the attachment, adding appropriate page numbers as required, and using the guide as a table of contents covering the Technical Response.

3.1.1.2. A response should be economically prepared, with emphasis on completeness and

clarity. A response, as well as any reference material presented, must be written in English and must be written on standard 8 ½” x 11” pages (although oversize exhibits are permissible) and use a 12 point font for text. All response pages must be numbered.

3.1.1.3. All information and documentation included in a Technical Response should

correspond to or address a specific requirement detailed in the RFP Attachment 6.2., Technical Response & Evaluation Guide. All information must be incorporated into a response to a specific requirement and clearly referenced. Any information not meeting these criteria will be deemed extraneous and will not contribute to evaluations.

3.1.1.4. The State may determine a response to be non-responsive and reject it if:

a. the Respondent fails to organize and properly reference the Technical Response

as required by this RFP and the RFP Attachment 6.2., Technical Response & Evaluation Guide; or

b. the Technical Response document does not appropriately respond to, address, or

meet all of the requirements and response items detailed in the RFP Attachment 6.2., Technical Response & Evaluation Guide.

3.1.2. Cost Proposal. A Cost Proposal must be recorded on an exact duplicate of the RFP Attachment 6.3., Cost Proposal & Scoring Guide.

NOTICE: If a Respondent fails to submit a cost proposal exactly as required, the State may deem the response to be non-responsive and reject it.

3.1.2.1. A Respondent must only record the proposed cost exactly as required by the RFP

Attachment 6.3., Cost Proposal & Scoring Guide and must NOT record any other rates, amounts, or information.

RFP # 34800-110521 7

3.1.2.2. The proposed cost shall incorporate ALL costs for services under the contract for the

total contract period, including any renewals or extensions. 3.1.2.3. A Respondent must sign and date the Cost Proposal. 3.1.2.4. A Respondent must submit the Cost Proposal to the State in a sealed package

separate from the Technical Response (as detailed in RFP Sections 3.2.3., et seq.). 3.2. Response Delivery

3.2.1. A Respondent must ensure that both the original Technical Response and Cost Proposal

documents meet all form and content requirements, including all required signatures, as detailed within this RFP, as may be amended.

3.2.2. A Respondent must submit original Technical Response and Cost Proposal documents and

copies as specified below.

3.2.2.1. One (1) original Technical Response paper document labeled: “RFP # 34800-110521 TECHNICAL RESPONSE ORIGINAL” and Five (5) digital copies of the Technical Response each in the form of one (1) digital document in “PDF” format properly recorded on its own otherwise blank USB flash drive labeled: “RFP # 34800-110521 TECHNICAL RESPONSE COPY” The digital copies should not include copies of sealed customer references, however any other discrepancy between the paper Technical Response document and any digital copies may result in the State rejecting the proposal as non-responsive.

3.2.2.2. One (1) original Cost Proposal paper document labeled:

“RFP # 34800-110521 COST PROPOSAL ORIGINAL” and one (1) copy in the form of a digital document in PDF format properly recorded on separate, blank USB flash drive labeled: “RFP # 34800-110521 COST PROPOSAL COPY” In the event of a discrepancy between the original Cost Proposal document and the digital copy, the original, signed document will take precedence.

3.2.3. A Respondent must separate, seal, package, and label the documents and copies for delivery as

follows: 3.2.3.1. The Technical Response original document and digital copies must be placed in a

sealed package that is clearly labeled: “DO NOT OPEN… RFP # 34800-110521 TECHNICAL RESPONSE FROM [RESPONDENT LEGAL ENTITY NAME]”

3.2.3.2. The Cost Proposal original document and digital copy must be placed in a separate,

sealed package that is clearly labeled:

RFP # 34800-110521 8

“DO NOT OPEN… RFP # 34800-110521 COST PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME]”

3.2.3.3. The separately, sealed Technical Response and Cost Proposal components may be

enclosed in a larger package for mailing or delivery, provided that the outermost package is clearly labeled: “RFP # 34800-110521 SEALED TECHNICAL RESPONSE & SEALED COST PROPOSAL FROM [RESPONDENT LEGAL ENTITY NAME]”

3.2.4. A Respondent must ensure that the State receives a response no later than the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events at the following address:

Mike Bentheimer Central Procurement Office 312 Rosa L Parks Ave, 3rd Floor Nashville, TN 37243 615-532-1922

[email protected]

3.3. Response & Respondent Prohibitions

3.3.1. A response must not include alternate contract terms and conditions. If a response contains such terms and conditions, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.

3.3.2. A response must not restrict the rights of the State or otherwise qualify either the offer to deliver

goods or provide services as required by this RFP or the Cost Proposal. If a response restricts the rights of the State or otherwise qualifies either the offer to deliver goods or provide services as required by this RFP or the Cost Proposal, the State, at its sole discretion, may determine the response to be a non-responsive counteroffer and reject it.

3.3.3. A response must not propose alternative goods or services (i.e., offer services different from

those requested and required by this RFP) unless expressly requested in this RFP. The State may consider a response of alternative goods or services to be non-responsive and reject it.

3.3.4. A Cost Proposal must be prepared and arrived at independently and must not involve any

collusion between Respondents. The State will reject any Cost Proposal that involves collusion, consultation, communication, or agreement between Respondents. Regardless of the time of detection, the State will consider any such actions to be grounds for response rejection or contract termination.

3.3.5. A Respondent must not provide, for consideration in this RFP process or subsequent contract

negotiations, any information that the Respondent knew or should have known was materially incorrect. If the State determines that a Respondent has provided such incorrect information, the State will deem the Response non-responsive and reject it.

3.3.6. A Respondent must not submit more than one Technical Response and one Cost Proposal in

response to this RFP, except as expressly requested by the State in this RFP. If a Respondent submits more than one Technical Response or more than one Cost Proposal, the State will deem all of the responses non-responsive and reject them.

3.3.7. A Respondent must not submit a response as a prime contractor while also permitting one or

more other Respondents to offer the Respondent as a subcontractor in their own responses. Such may result in the disqualification of all Respondents knowingly involved. This restriction

RFP # 34800-110521 9

does not, however, prohibit different Respondents from offering the same subcontractor as a part of their responses (provided that the subcontractor does not also submit a response as a prime contractor).

3.3.8. The State shall not consider a response from an individual who is, or within the past six (6)

months has been, a State employee. For purposes of this RFP:

3.3.8.1. An individual shall be deemed a State employee until such time as all compensation for salary, termination pay, and annual leave has been paid;

3.3.8.2. A contract with or a response from a company, corporation, or any other contracting entity in which a controlling interest is held by any State employee shall be considered to be a contract with or proposal from the employee; and

3.3.8.3. A contract with or a response from a company, corporation, or any other contracting entity that employs an individual who is, or within the past six (6) months has been, a State employee shall not be considered a contract with or a proposal from the employee and shall not constitute a prohibited conflict of interest.

3.3.9. This RFP is also subject to Tenn. Code Ann. § 12-4-101—105.

3.4. Response Errors & Revisions

A Respondent is responsible for any and all response errors or omissions. A Respondent will not be allowed to alter or revise response documents after the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events unless such is formally requested, in writing, by the State.

3.5. Response Withdrawal

A Respondent may withdraw a submitted response at any time before the Response Deadline time and date detailed in the RFP Section 2, Schedule of Events by submitting a written request signed by an authorized Respondent representative. After withdrawing a response, a Respondent may submit another response at any time before the Response Deadline. After the Response Deadline, a Respondent may only withdraw all or a portion of a response where the enforcement of the response would impose an unconscionable hardship on the Respondent.

3.6. Additional Services

If a response offers goods or services in addition to those required by and described in this RFP, the State, at its sole discretion, may add such services to the contract awarded as a result of this RFP. Notwithstanding the foregoing, a Respondent must not propose any additional cost amounts or rates for additional goods or services. Regardless of any additional services offered in a response, the Respondent’s Cost Proposal must only record the proposed cost as required in this RFP and must not record any other rates, amounts, or information. NOTICE: If a Respondent fails to submit a Cost Proposal exactly as required, the State may deem the response non-responsive and reject it.

3.7. Response Preparation Costs

The State will not pay any costs associated with the preparation, submittal, or presentation of any response.

RFP # 34800-110521 10

4. GENERAL CONTRACTING INFORMATION & REQUIREMENTS

4.1. RFP Amendment

The State at its sole discretion may amend this RFP, in writing, at any time prior to contract award. However, prior to any such amendment, the State will consider whether it would negatively impact the ability of potential Respondents to meet the response deadline and revise the RFP Schedule of Events if deemed appropriate. If an RFP amendment is issued, the State will convey it to potential Respondents who submitted a Notice of Intent to Respond (refer to RFP Section 1.7). A response must address the final RFP (including its attachments) as amended.

4.2. RFP Cancellation

The State reserves the right, at its sole discretion, to cancel the RFP or to cancel and reissue this RFP in accordance with applicable laws and regulations.

4.3. State Right of Rejection

4.3.1. Subject to applicable laws and regulations, the State reserves the right to reject, at its sole discretion, any and all responses.

4.3.2. The State may deem as non-responsive and reject any response that does not comply with all

terms, conditions, and performance requirements of this RFP. Notwithstanding the foregoing, the State reserves the right to waive, at its sole discretion, minor variances from full compliance with this RFP. If the State waives variances in a response, such waiver shall not modify the RFP requirements or excuse the Respondent from full compliance, and the State may hold any resulting Contractor to strict compliance with this RFP.

4.4. Assignment & Subcontracting

4.4.1. The Contractor may not subcontract, transfer, or assign any portion of the Contract awarded as a result of this RFP without prior approval of the State. The State reserves the right to refuse approval, at its sole discretion, of any subcontract, transfer, or assignment.

4.4.2. If a Respondent intends to use subcontractors, the response to this RFP must specifically identify

the scope and portions of the work each subcontractor will perform (refer to RFP Attachment 6.2., Section B, General Qualifications & Experience Item B.14.).

4.4.3. Subcontractors identified within a response to this RFP will be deemed as approved by the State

unless the State expressly disapproves one or more of the proposed subcontractors prior to signing the Contract.

4.4.4. After contract award, a Contractor may only substitute an approved subcontractor at the

discretion of the State and with the State’s prior, written approval. 4.4.5. Notwithstanding any State approval relating to subcontracts, the Respondent who is awarded a

contract pursuant to this RFP will be the prime contractor and will be responsible for all work under the Contract.

4.5. Right to Refuse Personnel or Subcontractors

The State reserves the right to refuse, at its sole discretion and notwithstanding any prior approval, any personnel of the prime contractor or a subcontractor providing goods or services in the performance of a contract resulting from this RFP. The State will document in writing the reason(s) for any rejection of personnel.

RFP # 34800-110521 11

4.6. Insurance The State will require the awarded Contractor to provide a Certificate of Insurance issued by an insurance company licensed or authorized to provide insurance in the State of Tennessee. Each Certificate of Insurance shall indicate current insurance coverages meeting minimum requirements as may be specified by this RFP. A failure to provide a current, Certificate of Insurance will be considered a material breach and grounds for contract termination.

4.7. Professional Licensure and Department of Revenue Registration

4.7.1. All persons, agencies, firms, or other entities that provide legal or financial opinions, which a Respondent provides for consideration and evaluation by the State as a part of a response to this RFP, shall be properly licensed to render such opinions.

4.7.2. Before the Contract resulting from this RFP is signed, the apparent successful Respondent (and

Respondent employees and subcontractors, as applicable) must hold all necessary or appropriate business or professional licenses to provide the goods or services as required by the contract. The State may require any Respondent to submit evidence of proper licensure.

4.7.3. Before the Contract resulting from this RFP is signed, the apparent successful Respondent must

be registered with the Tennessee Department of Revenue for the collection of Tennessee sales and use tax. The State shall not award a contract unless the Respondent provides proof of such registration or provides documentation from the Department of Revenue that the Contractor is exempt from this registration requirement. The foregoing is a mandatory requirement of an award of a contract pursuant to this solicitation. To register, please visit the Department of Revenue’s Tennessee Taxpayer Access Point (TNTAP) website for Online Registration and the Vendor Contract Questionnaire. These resources are available at the following:

https://tntap.tn.gov/eservices/_/#1 4.8. Disclosure of Response Contents

4.8.1. All materials submitted to the State in response to this RFP shall become the property of the State of Tennessee. Selection or rejection of a response does not affect this right. By submitting a response, a Respondent acknowledges and accepts that the full response contents and associated documents will become open to public inspection in accordance with the laws of the State of Tennessee.

4.8.2. The State will hold all response information, including both technical and cost information, in

confidence during the evaluation process. 4.8.3. Upon completion of response evaluations, indicated by public release of a Notice of Intent to

Award, the responses and associated materials will be open for review by the public in accordance with Tenn. Code Ann. § 10-7-504(a)(7).

4.9. Contract Approval and Contract Payments

4.9.1. After contract award, the Contractor who is awarded the contract must submit appropriate documentation with the Department of Finance and Administration, Division of Accounts.

4.9.2. This RFP and its contractor selection processes do not obligate the State and do not create

rights, interests, or claims of entitlement in either the Respondent with the apparent best-evaluated response or any other Respondent. State obligations pursuant to a contract award shall commence only after the Contract is signed by the State agency head and the Contractor and after the Contract is approved by all other state officials as required by applicable laws and regulations.

4.9.3. No payment will be obligated or made until the relevant Contract is approved as required by

applicable statutes and rules of the State of Tennessee.

RFP # 34800-110521 12

4.9.3.1. The State shall not be liable for payment of any type associated with the Contract

resulting from this RFP (or any amendment thereof) or responsible for any goods delivered or services rendered by the Contractor, even goods delivered or services rendered in good faith and even if the Contractor is orally directed to proceed with the delivery of goods or the rendering of services, if it occurs before the Contract Effective Date or after the Contract Term.

4.9.3.2. All payments relating to this procurement will be made in accordance with the Payment

Terms and Conditions of the Contract resulting from this RFP (refer to RFP Attachment 6.6., Pro Forma Contract, Section C).

4.9.3.3. If any provision of the Contract provides direct funding or reimbursement for the

competitive purchase of goods or services as a component of contract performance or otherwise provides for the reimbursement of specified, actual costs, the State will employ all reasonable means and will require all such documentation that it deems necessary to ensure that such purchases were competitive and costs were reasonable, necessary, and actual. The Contractor shall provide reasonable assistance and access related to such review. Further, the State shall not remit, as funding or reimbursement pursuant to such provisions, any amounts that it determines do not represent reasonable, necessary, and actual costs.

4.10. Contractor Performance

The Contractor who is awarded a contract will be responsible for the delivery of all acceptable goods or the satisfactory completion of all services set out in this RFP (including attachments) as may be amended. All goods or services are subject to inspection and evaluation by the State. The State will employ all reasonable means to ensure that goods delivered or services rendered are in compliance with the Contract, and the Contractor must cooperate with such efforts.

4.11. Contract Amendment

After Contract award, the State may request the Contractor to deliver additional goods or perform additional services within the general scope of the Contract and this RFP, but beyond the specified Scope, and for which the Contractor may be compensated. In such instances, the State will provide the Contractor a written description of the additional goods or services. The Contractor must respond to the State with a time schedule for delivering the additional goods or accomplishing the additional services based on the compensable units included in the Contractor’s response to this RFP. If the State and the Contractor reach an agreement regarding the goods or services and associated compensation, such agreement must be effected by means of a contract amendment. Further, any such amendment requiring additional goods or services must be signed by both the State agency head and the Contractor and must be approved by other state officials as required by applicable statutes, rules, policies and procedures of the State of Tennessee. The Contractor must not provide additional goods or render additional services until the State has issued a written contract amendment with all required approvals.

4.12. Severability

If any provision of this RFP is declared by a court to be illegal or in conflict with any law, said decision will not affect the validity of the remaining RFP terms and provisions, and the rights and obligations of the State and Respondents will be construed and enforced as if the RFP did not contain the particular provision held to be invalid.

4.13. Next Ranked Respondent

The State reserves the right to initiate negotiations with the next ranked Respondent should the State cease doing business with any Respondent selected via this RFP process.

RFP # 34800-110521 13

5. EVALUATION & CONTRACT AWARD

5.1. Evaluation Categories & Maximum Points

The State will consider qualifications, experience, technical approach, and cost in the evaluation of responses and award points in each of the categories detailed below (up to the maximum evaluation points indicated) to each response deemed by the State to be responsive.

EVALUATION CATEGORY MAXIMUM POINTS POSSIBLE

General Qualifications & Experience (refer to RFP Attachment 6.2., Section B)

20

Technical Qualifications, Experience & Approach (refer to RFP Attachment 6.2., Section C)

50

Cost Proposal (refer to RFP Attachment 6.3.)

30

5.2. Evaluation Process

The evaluation process is designed to award the contract resulting from this RFP not necessarily to the Respondent offering the lowest cost, but rather to the Respondent deemed by the State to be responsive and responsible who offers the best combination of attributes based upon the evaluation criteria. (“Responsive Respondent” is defined as a Respondent that has submitted a response that conforms in all material respects to the RFP. “Responsible Respondent” is defined as a Respondent that has the capacity in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance.)

5.2.1. Technical Response Evaluation. The Solicitation Coordinator and the Proposal Evaluation

Team (consisting of three (3) or more State employees) will use the RFP Attachment 6.2., Technical Response & Evaluation Guide to manage the Technical Response Evaluation and maintain evaluation records.

5.2.1.1. The State reserves the right, at its sole discretion, to request Respondent clarification

of a Technical Response or to conduct clarification discussions with any or all Respondents. Any such clarification or discussion will be limited to specific sections of the response identified by the State. The subject Respondent must put any resulting clarification in writing as may be required and in accordance with any deadline imposed by the State.

5.2.1.2. The Solicitation Coordinator will review each Technical Response to determine

compliance with RFP Attachment 6.2., Technical Response & Evaluation Guide, Section A— Mandatory Requirements. If the Solicitation Coordinator determines that a response failed to meet one or more of the mandatory requirements, the Proposal Evaluation Team will review the response and document the team’s determination of whether:

a. the response adequately meets RFP requirements for further evaluation;

b. the State will request clarifications or corrections for consideration prior to further

evaluation; or,

c. the State will determine the response to be non-responsive to the RFP and reject it. 5.2.1.3. Proposal Evaluation Team members will independently evaluate each Technical

Response (that is responsive to the RFP) against the evaluation criteria in this RFP,

RFP # 34800-110521 14

and will score each in accordance with the RFP Attachment 6.2., Technical Response & Evaluation Guide.

5.2.1.4. For each response evaluated, the Solicitation Coordinator will calculate the average of

the Proposal Evaluation Team member scores for RFP Attachment 6.2., Technical Response & Evaluation Guide, and record each average as the response score for the respective Technical Response section.

5.2.1.5. Before Cost Proposals are opened, the Proposal Evaluation Team will review the

Technical Response Evaluation record and any other available information pertinent to whether or not each Respondent is responsive and responsible. If the Proposal Evaluation Team identifies any Respondent that does not meet the responsive and responsible thresholds such that the team would not recommend the Respondent for Cost Proposal Evaluation and potential contract award, the team members will fully document the determination.

5.2.2. Cost Proposal Evaluation. The Solicitation Coordinator will open for evaluation the Cost

Proposal of each Respondent deemed by the State to be responsive and responsible and calculate and record each Cost Proposal score in accordance with the RFP Attachment 6.3., Cost Proposal & Scoring Guide.

5.2.3. Clarifications and Negotiations: The State reserves the right to award a contract on the basis of initial responses received, therefore, each response shall contain the Respondent’s best terms and conditions from a technical and cost standpoint. The State reserves the right to conduct clarifications or negotiations with one or more Respondents. All communications, clarifications, and negotiations shall be conducted in a manner that supports fairness in response improvement.

5.2.3.1. Clarifications: The State may identify areas of a response that may require further

clarification or areas in which it is apparent that there may have been miscommunications or misunderstandings as to the State’s specifications or requirements. The State may seek to clarify those issues identified during one or multiple clarification rounds. Each clarification sought by the State may be unique to an individual Respondent, provided that the process is conducted in a manner that supports fairness in response improvement.

5.2.3.2. Negotiations: The State may elect to negotiate with one or more Respondents by requesting revised responses, negotiating costs, or finalizing contract terms and conditions. The State reserves the right to conduct multiple negotiation rounds or no negotiations at all.

5.2.3.3. Cost Negotiations: All Respondents, selected for negotiation by the State, will be given

equivalent information with respect to cost negotiations. All cost negotiations will be documented for the procurement file. Additionally, the State may conduct target pricing and other goods or services level negotiations. Target pricing may be based on considerations such as current pricing, market considerations, benchmarks, budget availability, or other methods that do not reveal individual Respondent pricing. During target price negotiations, Respondents are not obligated to reduce their pricing to target prices, but no Respondent is allowed to increase prices.

5.2.3.4. If the State determines that it is unable to successfully negotiate terms and conditions of a contract with the apparent best evaluated Respondent, the State reserves the right to bypass the apparent best evaluated Respondent and enter into terms and conditions contract negotiations with the next apparent best evaluated Respondent.

RFP # 34800-110521 15

5.2.4. Total Response Score. The Solicitation Coordinator will calculate the sum of the Technical

Response section scores and the Cost Proposal score and record the resulting number as the total score for the subject Response (refer to RFP Attachment 6.5., Score Summary Matrix).

5.3. Contract Award Process

5.3.1 The Solicitation Coordinator will submit the Proposal Evaluation Team determinations and scores to the head of the procuring agency for consideration along with any other relevant information that might be available and pertinent to contract award.

5.3.2. The procuring agency head will determine the apparent best-evaluated Response. To effect a

contract award to a Respondent other than the one receiving the highest evaluation process score, the head of the procuring agency must provide written justification and obtain the written approval of the Chief Procurement Officer and the Comptroller of the Treasury.

5.3.3. The State will issue a Notice of Intent to Award identifying the apparent best-evaluated response

and make the RFP files available for public inspection at the time and date specified in the RFP Section 2, Schedule of Events. NOTICE: The Notice of Intent to Award shall not create rights, interests, or claims of entitlement in either the apparent best-evaluated Respondent or any other Respondent.

5.3.4. The Respondent identified as offering the apparent best-evaluated response must sign a contract

drawn by the State pursuant to this RFP. The Contract shall be substantially the same as the RFP Attachment 6.6., Pro Forma Contract. The Respondent must sign the contract by the Contractor Signature Deadline detailed in the RFP Section 2, Schedule of Events. If the Respondent fails to provide the signed Contract by this deadline, the State may determine that the Respondent is non-responsive to this RFP and reject the response.

5.3.5. Notwithstanding the foregoing, the State may, at its sole discretion, entertain limited terms and

conditions or pricing negotiations prior to Contract signing and, as a result, revise the pro forma contract terms and conditions or performance requirements in the State’s best interests, PROVIDED THAT such revision of terms and conditions or performance requirements shall NOT materially affect the basis of response evaluations or negatively impact the competitive nature of the RFP and contractor selection process.

5.3.6. If the State determines that a response is non-responsive and rejects it after opening Cost

Proposals, the Solicitation Coordinator will re-calculate scores for each remaining responsive Cost Proposal to determine (or re-determine) the apparent best-evaluated response.

RFP # 34800-110521 16

RFP ATTACHMENT 6.1.

RFP # 34800-110521 STATEMENT OF CERTIFICATIONS AND ASSURANCES

The Respondent must sign and complete the Statement of Certifications and Assurances below as required, and it must be included in the Technical Response (as required by RFP Attachment 6.2., Technical Response & Evaluation Guide, Section A, Item A.1.).

The Respondent does, hereby, expressly affirm, declare, confirm, certify, and assure ALL of the following:

1. The Respondent will comply with all of the provisions and requirements of the RFP.

2. The Respondent will provide all services as defined in the Scope of the RFP Attachment 6.6., Pro Forma Contract for the total Contract Term.

3. The Respondent, except as otherwise provided in this RFP, accepts and agrees to all terms and conditions set out in the RFP Attachment 6.6., Pro Forma Contract.

4. The Respondent acknowledges and agrees that a contract resulting from the RFP shall incorporate, by reference, all proposal responses as a part of the Contract.

5. The Respondent will comply with:

(a) the laws of the State of Tennessee;

(b) Title VI of the federal Civil Rights Act of 1964;

(c) Title IX of the federal Education Amendments Act of 1972;

(d) the Equal Employment Opportunity Act and the regulations issued there under by the federal government; and,

(e) the Americans with Disabilities Act of 1990 and the regulations issued there under by the federal government.

6. To the knowledge of the undersigned, the information detailed within the response submitted to this RFP is accurate.

7. The response submitted to this RFP was independently prepared, without collusion, under penalty of perjury.

8. No amount shall be paid directly or indirectly to an employee or official of the State of Tennessee as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Respondent in connection with this RFP or any resulting contract.

9. Both the Technical Response and the Cost Proposal submitted in response to this RFP shall remain valid for at least 120 days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract pursuant to the RFP.

10. The Respondent affirms the following statement, as required by the Iran Divestment Act Tenn. Code Ann. § 12-12-111: “By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to §12-12-106.” For reference purposes, the

list is currently available online at: https://www.tn.gov/generalservices/procurement/central-

procurement-office--cpo-/library-/public-information-library.html.

By signing this Statement of Certifications and Assurances, below, the signatory also certifies legal authority to bind the proposing entity to the provisions of this RFP and any contract awarded pursuant to it. If the signatory is not the Respondent (if an individual) or the Respondent’s company President or Chief Executive Officer, this document must attach evidence showing the individual’s authority to bind the Respondent.

DO NOT SIGN THIS DOCUMENT IF YOU ARE NOT LEGALLY AUTHORIZED TO BIND THE RESPONDENT

SIGNATURE:

PRINTED NAME & TITLE:

DATE:

RESPONDENT LEGAL ENTITY NAME:

RFP # 34800-110521 17

RFP ATTACHMENT 6.2. — Section A

TECHNICAL RESPONSE & EVALUATION GUIDE

SECTION A: MANDATORY REQUIREMENTS. The Respondent must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below.

The Solicitation Coordinator will review the response to determine if the Mandatory Requirement Items are addressed as required and mark each with pass or fail. For each item that is not addressed as required, the Proposal Evaluation Team must review the response and attach a written determination. In addition to the Mandatory Requirement Items, the Solicitation Coordinator will review each response for compliance with all RFP requirements.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section A— Mandatory Requirement Items Pass/Fail

The Response must be delivered to the State no later than the Response Deadline specified in the RFP Section 2, Schedule of Events.

The Technical Response and the Cost Proposal documentation must be packaged separately as required (refer to RFP Section 3.2., et. seq.).

The Technical Response must NOT contain cost or pricing information of any type.

The Technical Response must NOT contain any restrictions of the rights of the State or other qualification of the response.

A Respondent must NOT submit alternate responses (refer to RFP Section 3.3.).

A Respondent must NOT submit multiple responses in different forms (as a prime and a subcontractor) (refer to RFP Section 3.3.).

A.1. Provide the Statement of Certifications and Assurances (RFP Attachment 6.1.) completed and signed by an individual empowered to bind the Respondent to the provisions of this RFP and any resulting contract. The document must be signed without exception or qualification.

A.2. Provide a statement, based upon reasonable inquiry, of whether the Respondent or any individual who shall cause to deliver goods or perform services under the contract has a possible conflict of interest (e.g., employment by the State of Tennessee) and, if so, the nature of that conflict. NOTE: Any questions of conflict of interest shall be solely within the discretion of the State, and the State reserves the right to cancel any award.

A.3. Provide a current bank reference indicating that the Respondent’s business relationship with the financial institution is in positive standing. Such reference must be written in the form of a standard business letter, signed, and dated within the past three (3) months.

A.4. Provide two current positive credit references from vendors with which the Respondent has done business written in the form of standard business letters, signed, and dated within the past three (3) months.

RFP # 34800-110521 18

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section A— Mandatory Requirement Items Pass/Fail

A.5. Provide an official document or letter from an accredited credit bureau, verified and dated within the last three (3) months and indicating a satisfactory credit score for the Respondent (NOTE: A credit bureau report number without the full report is insufficient and will not be considered responsive.)

State Use – Solicitation Coordinator Signature, Printed Name & Date:

RFP # 34800-110521 19

RFP ATTACHMENT 6.2. — SECTION B

TECHNICAL RESPONSE & EVALUATION GUIDE

SECTION B: GENERAL QUALIFICATIONS & EXPERIENCE. The Respondent must address all items detailed below and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below. Proposal Evaluation Team members will independently evaluate and assign one score for all responses to Section B— General Qualifications & Experience Items.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section B— General Qualifications & Experience Items

B.1. Detail the name, e-mail address, mailing address, telephone number, and facsimile number of the person the State should contact regarding the response.

B.2. Describe the Respondent’s form of business (i.e., individual, sole proprietor, corporation, non-profit corporation, partnership, limited liability company) and business location (physical location or domicile).

B.3. Detail the number of years the Respondent has been in business.

B.4. Briefly describe how long the Respondent has been providing the goods or services required by this RFP.

B.5. Describe the Respondent’s number of employees, client base, and location of offices.

B.6. Provide a statement of whether there have been any mergers, acquisitions, or change of control of the Respondent within the last ten (10) years. If so, include an explanation providing relevant details.

B.7. Provide a statement of whether the Respondent or, to the Respondent's knowledge, any of the Respondent’s employees, agents, independent contractors, or subcontractors, involved in the delivery of goods or performance of services on a contract pursuant to this RFP, have been convicted of, pled guilty to, or pled nolo contendere to any felony. If so, include an explanation providing relevant details.

B.8. Provide a statement of whether, in the last ten (10) years, the Respondent has filed (or had filed against it) any bankruptcy or insolvency proceeding, whether voluntary or involuntary, or undergone the appointment of a receiver, trustee, or assignee for the benefit of creditors. If so, include an explanation providing relevant details.

B.9. Provide a statement of whether there is any material, pending litigation against the Respondent that the Respondent should reasonably believe could adversely affect its ability to meet contract requirements pursuant to this RFP or is likely to have a material adverse effect on the Respondent’s financial condition. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it would impair the Respondent’s performance in a contract pursuant to this RFP.

NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Respondent must be properly licensed to render such opinions. The State may require the Respondent to submit proof of license for each person or entity that renders such opinions.

B.10. Provide a statement of whether there are any pending or in progress Securities Exchange Commission investigations involving the Respondent. If such exists, list each separately, explain the relevant details, and attach the opinion of counsel addressing whether and to what extent it will impair the Respondent’s performance in a contract pursuant to this RFP.

1-21-16 RFP

RFP ATTACHMENT 6.2. — SECTION B (continued)

RFP # 34800-110521 20

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section B— General Qualifications & Experience Items

NOTE: All persons, agencies, firms, or other entities that provide legal opinions regarding the Respondent must be properly licensed to render such opinions. The State may require the Respondent to submit proof of license for each person or entity that renders such opinions.

B.11. Provide a brief, descriptive statement detailing evidence of the Respondent’s ability to deliver the goods or services sought under this RFP (e.g., prior experience, training, certifications, resources, program and quality management systems, etc.).

B.12. Provide a narrative description of the proposed project team, its members, and organizational structure along with an organizational chart identifying the key people who will be assigned to deliver the goods or services required by this RFP.

B.13. Provide a personnel roster listing the names of key people who the Respondent will assign to meet the Respondent’s requirements under this RFP along with the estimated number of hours that each individual will devote to that performance. Follow the personnel roster with a resume for each of the people listed. The resumes must detail the individual’s title, education, current position with the Respondent, and employment history.

B.14. Provide a statement of whether the Respondent intends to use subcontractors to meet the Respondent’s requirements of any contract awarded pursuant to this RFP, and if so, detail:

(a) the names of the subcontractors along with the contact person, mailing address, telephone number, and e-mail address for each;

(b) a description of the scope and portions of the goods each subcontractor involved in the delivery of goods or performance of the services each subcontractor will perform; and

(c) a statement specifying that each proposed subcontractor has expressly assented to being proposed as a subcontractor in the Respondent’s response to this RFP.

B.15. Provide documentation of the Respondent’s commitment to diversity as represented by the following:

(a) Business Strategy. Provide a description of the Respondent’s existing programs and procedures designed to encourage and foster commerce with business enterprises owned by minorities, women, service-disabled veterans, persons with disabilities, and small business enterprises. Please also include a list of the Respondent’s certifications as a diversity business, if applicable.

(b) Business Relationships. Provide a listing of the Respondent’s current contracts with business enterprises owned by minorities, women, service-disabled veterans, persons with disabilities, and small business enterprises. Please include the following information:

(i) contract description;

(ii) contractor name and ownership characteristics (i.e., ethnicity, gender, service-disabled veteran-owned or persons with disabilities);

(iii) contractor contact name and telephone number.

(c) Estimated Participation. Provide an estimated level of participation by business enterprises owned by minorities, women, service-disabled veterans, persons with disabilities and small business enterprises if a contract is awarded to the Respondent pursuant to this RFP. Please include the following information:

(i) a percentage (%) indicating the participation estimate. (Express the estimated participation number as a percentage of the total estimated contract value that will be dedicated to business with subcontractors and supply contractors having such ownership characteristics only and DO NOT INCLUDE DOLLAR AMOUNTS);

(ii) anticipated goods or services contract descriptions;

(iii) names and ownership characteristics (i.e., ethnicity, gender, service-disabled veterans, or disability) of anticipated subcontractors and supply contractors.

1-21-16 RFP

RFP ATTACHMENT 6.2. — SECTION B (continued)

RFP # 34800-110521 21

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section B— General Qualifications & Experience Items

NOTE: In order to claim status as a Diversity Business Enterprise under this contract, businesses must be certified by the Governor’s Office of Diversity Business Enterprise (Go-DBE). Please visit the Go-DBE website at

https://tn.diversitysoftware.com/FrontEnd/StartCertification.asp?TN=tn

&XID=9810 for more information.

(d) Workforce. Provide the percentage of the Respondent’s total current employees by ethnicity and gender.

NOTE: Respondents that demonstrate a commitment to diversity will advance State efforts to expand opportunity to do business with the State as contractors and subcontractors. Response evaluations will recognize the positive qualifications and experience of a Respondent that does business with enterprises owned by minorities, women, service-disabled veterans, persons with disabilities, and small business enterprises and who offer a diverse workforce.

B.16. Provide a statement of whether or not the Respondent has any current contracts with the State of Tennessee or has completed any contracts with the State of Tennessee within the previous five (5) year period. If so, provide the following information for all of the current and completed contracts:

(a) the name, title, telephone number and e-mail address of the State contact knowledgeable about the contract;

(b) the procuring State agency name;

(c) a brief description of the contract’s scope of services;

(d) the contract period; and

(e) the contract number.

B.17. Provide a statement and any relevant details addressing whether the Respondent is any of the following:

(a) is presently debarred, suspended, proposed for debarment, or voluntarily excluded from covered transactions by any federal or state department or agency;

(b) has within the past three (3) years, been convicted of, or had a civil judgment rendered against the contracting party from commission of fraud, or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or grant under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(c) is presently indicted or otherwise criminally or civilly charged by a government entity (federal, state, or local) with commission of any of the offenses detailed above; and

(d) has within a three (3) year period preceding the contract had one or more public transactions (federal, state, or local) terminated for cause or default.

SCORE (for all Section B—Qualifications & Experience Items above): (maximum possible score = 20)

State Use – Evaluator Identification:

1-21-16 RFP

RFP # 34800-110521 22

RFP ATTACHMENT 6.2. — SECTION C

TECHNICAL RESPONSE & EVALUATION GUIDE

SECTION C: TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH. The Respondent must address all items (below) and provide, in sequence, the information and documentation as required (referenced with the associated item references). The Respondent must also detail the response page number for each item in the appropriate space below.

A Proposal Evaluation Team, made up of three or more State employees, will independently evaluate and score the response to each item. Each evaluator will use the following whole number, raw point scale for scoring each item:

0 = little value 1 = poor 2 = fair 3 = satisfactory 4 = good 5 = excellent

The Solicitation Coordinator will multiply the Item Score by the associated Evaluation Factor (indicating the relative emphasis of the item in the overall evaluation). The resulting product will be the item’s Raw Weighted Score for purposes of calculating the section score as indicated.

RESPONDENT LEGAL ENTITY NAME:

Response Page #

(Respondent completes)

Item Ref.

Section C— Technical Qualifications, Experience & Approach Items

Item Score

Evaluation Factor

Raw Weighted

Score

C.1. Provide a narrative that illustrates the Respondent’s understanding of the State’s requirements and project schedule.

4

C.2. Describe how Respondent will select and secure Facilities for fingerprinting.

1

C.3. Describe how Respondent will plan for surge of resources in case State of Emergency or closure of Facility.

1

C.4. Describe how Respondent will achieve requirement of Mobile Unit, what unit will contain and if there will be shelter available for Applicants to protect from heat, rain, snow, etc.

1

C.5. Describe how Respondent will achieve requirement of call center.

1

C.6. Provide a narrative that illustrates how the Respondent will complete the scope of services, accomplish required objectives, and meet the State’s project schedule.

4

The Solicitation Coordinator will use this sum and the formula below to calculate the section score. All calculations will use and result in numbers rounded to two (2) places to the right of the decimal point.

Total Raw Weighted Score: (sum of Raw Weighted Scores above)

Total Raw Weighted Score X 50(maximum possible

score) = SCORE:

Maximum Possible Raw Weighted Score (i.e., 5 x the sum of item weights above)

State Use – Evaluator Identification:

State Use – Solicitation Coordinator Signature, Printed Name & Date:

RFP # 34800-110521 23

RFP ATTACHMENT 6.3.

COST PROPOSAL & SCORING GUIDE NOTICE: THIS COST PROPOSAL MUST BE COMPLETED EXACTLY AS REQUIRED

COST PROPOSAL SCHEDULE— The Cost Proposal, detailed below, shall indicate the proposed price for goods or services defined in the Scope of Services of the RFP Attachment 6.6., Pro Forma Contract and for the entire contract period. The Cost Proposal shall remain valid for at least one hundred twenty (120) days subsequent to the date of the Cost Proposal opening and thereafter in accordance with any contract resulting from this RFP. All monetary amounts shall be in U.S. currency and limited to two (2) places to the right of the decimal point.

NOTICE: The Evaluation Factor associated with each cost item is for evaluation purposes only. The evaluation factors do NOT and should NOT be construed as any type of volume guarantee or minimum purchase quantity. The evaluation factors shall NOT create rights, interests, or claims of entitlement in the Respondent.

Notwithstanding the cost items herein, pursuant to the second paragraph of the Pro Forma Contract section C.1. (refer to RFP Attachment 6.6.), “The State is under no obligation to request work from the Contractor in any specific dollar amounts or to request any work at all from the Contractor during any period of this Contract.”

This Cost Proposal must be signed, in the space below, by an individual empowered to bind the Respondent to the provisions of this RFP and any contract awarded pursuant to it. If said individual is not the President or Chief Executive Officer, this document must attach evidence showing the individual’s authority to legally bind the Respondent.

RESPONDENT SIGNATURE:

PRINTED NAME & TITLE:

DATE:

RESPONDENT LEGAL ENTITY NAME:

Cost Item Description Proposed Cost

State Use Only

Evaluation Factor

Evaluation Cost (cost x factor)

Scheduling, Processing, Submission of Applicant Prints including Mandated Fees for Applicants

$ / FEE COLLECTED BY

CONTRACTOR PER APPLICANT 15

Scheduling, Processing, Submission of Applicant Prints including Mandated Fees for Volunteers

$

/ FEE COLLECTED BY CONTRACTOR PER

APPLICANT 15

Scheduling, Processing, Submission of Applicant Prints including Mandated Fees for International Adoptions

$

/ FEE COLLECTED BY CONTRACTOR PER

APPLICANT 15

Submission of OPQE Applicant Prints (as referred to in A.27 of pro forma Contract) including Mandated Fees for Applicants

$

/ FEE COLLECTED BY CONTRACTOR PER

APPLICANT 1

RFP # 34800-110521 24

RESPONDENT LEGAL ENTITY NAME:

Cost Item Description Proposed Cost

State Use Only

Evaluation Factor

Evaluation Cost (cost x factor)

Submission of OPQE Applicant Prints (as referred to in A.27 of pro forma Contract) including a Mandated Fees for Volunteer

$

/ FEE COLLECTED BY CONTRACTOR PER

APPLICANT 1

Submission of OPQE Applicant Prints (as referred to in A.27 of pro forma Contract) including Mandated Fees for International Adoption

$

/ FEE COLLECTED BY CONTRACTOR PER

APPLICANT 1

EVALUATION COST AMOUNT (sum of evaluation costs above):

The Solicitation Coordinator will use this sum and the formula below to calculate the Cost Proposal Score. Numbers rounded to two (2) places to the right of the decimal point will be

standard for calculations.

lowest evaluation cost amount from all proposals x 30

(maximum section score)

= SCORE:

evaluation cost amount being evaluated

State Use – Solicitation Coordinator Signature, Printed Name & Date:

RFP # 34800-110521 25

RFP ATTACHMENT 6.4.

REFERENCE QUESTIONNAIRE

The standard reference questionnaire provided on the following pages of this attachment should be completed by all individuals offering a reference for the Respondent.

The Respondent will be solely responsible for obtaining completed reference questionnaires as detailed below.. Provide references from individuals who are not current State employees of the procuring State Agency for projects similar to the goods or services sought under this RFP and which represent:

▪ two (2) contracts Respondent currently services that are similar in size and scope to the services required by this RFP; and

▪ three (3) completed contracts that are similar in size and scope to the services required by this RFP.

References from at least three (3) different individuals are required to satisfy the requirements above, e.g., an individual may provide a reference about a completed project and another reference about a currently serviced account. The individual contact reference provided for each contract or project shall not be a current State employee of the procuring State agency. Procuring State agencies that accept references from another State agency shall document, in writing, a plan to ensure that no contact is made between the procuring State agency and a referring State agency. The standard reference questionnaire, should be used and completed, and is provided on the next page of this RFP Attachment 6.4.

In order to obtain and submit the completed reference questionnaires following one of the two processes below.

Written:

(a) Add the Respondent’s name to the standard reference questionnaire at RFP Attachment 6.4. and make a copy for each reference.

(b) Send a reference questionnaire and new, standard #10 envelope to each reference.

(c) Instruct the reference to:

(i) complete the reference questionnaire;

(ii) sign and date the completed reference questionnaire;

(iii) seal the completed, signed, and dated reference questionnaire within the envelope provided;

(iv) sign his or her name in ink across the sealed portion of the envelope; and

(v) return the sealed envelope directly to the Respondent (the Respondent may wish to give each reference a deadline, such that the Respondent will be able to collect all required references in time to include them within the sealed Technical Response).

(d) Do NOT open the sealed references upon receipt.

(e) Enclose all sealed reference envelopes within a larger, labeled envelope for inclusion in the Technical Response as required.

Email:

(a) Add the Respondent’s name to the standard reference questionnaire at RFP Attachment 6.4. and make a copy for each reference.

(b) E-mail a reference questionnaire to each reference.

(c) Instruct the reference to:

(i) complete the reference questionnaire;

(ii) sign and date the completed reference questionnaire;

(iii) E-mail the reference directly to the Solicitation Coordinator by the RFP Technical Response Deadline with the Subject line of the e-mail as “[Respondent’s Name] Reference for RFP # 34800-110521”.

NOTES:

RFP # 34800-110521 26

▪ The State will not accept late references or references submitted by any means other than the two which are described above, and each reference questionnaire submitted must be completed as required.

▪ The State will not review more than the number of required references indicated above. ▪ While the State will base its reference check on the contents of the reference e-mails or sealed reference

envelopes included in the Technical Response package, the State reserves the right to confirm and clarify information detailed in the completed reference questionnaires, and may consider clarification responses in the evaluation of references.

▪ The State is under no obligation to clarify any reference information.

RFP # 34800-110521 27

RFP # 34800-110521 REFERENCE QUESTIONNAIRE

REFERENCE SUBJECT: RESPONDENT NAME (completed by Respondent before reference is requested)

The “reference subject” specified above, intends to submit a response to the State of Tennessee in response to the Request for Proposals (RFP) indicated. As a part of such response, the reference subject must include a number of completed and sealed reference questionnaires (using this form).

Each individual responding to this reference questionnaire is asked to follow these instructions:

▪ complete this questionnaire (either using the form provided or an exact duplicate of this document);

▪ sign and date the completed questionnaire and follow either process outlined below;

Physical:

▪ seal the completed, signed, and dated questionnaire in a new standard #10 envelope;

▪ sign in ink across the sealed portion of the envelope; and

▪ return the sealed envelope containing the completed questionnaire directly to the reference subject.

E-Mail:

▪ e-mail the completed questionnaire to:

Mike Bentheimer, [email protected]

(1) What is the name of the individual, company, organization, or entity responding to this reference

questionnaire? (2) Please provide the following information about the individual completing this reference

questionnaire on behalf of the above-named individual, company, organization, or entity.

NAME:

TITLE:

TELEPHONE #

E-MAIL ADDRESS:

(3) What goods or services does/did the reference subject provide to your company or organization? (4) If the goods or services that the reference subject provided to your company or organization are

completed, were the goods or services provided in compliance with the terms of the contract, on time, and within budget? If not, please explain.

RFP # 34800-110521 28

(5) If the reference subject is still providing goods or services to your company or organization, are

these goods or services being provided in compliance with the terms of the contract, on time, and within budget? If not, please explain.

(6) How satisfied are you with the reference subject’s ability to perform based on your expectations

and according to the contractual arrangements?

REFERENCE SIGNATURE: (by the individual completing this

request for reference information)

DATE:

(must be the same as the signature across the envelope seal)

RFP # 34800-110521 29

RFP ATTACHMENT 6.5.

SCORE SUMMARY MATRIX

RESPONDENT NAME RESPONDENT NAME RESPONDENT NAME

GENERAL QUALIFICATIONS & EXPERIENCE (maximum 20)

EVALUATOR NAME

EVALUATOR NAME

REPEAT AS NECESSARY

AVERAGE: AVERAGE: AVERAGE:

TECHNICAL QUALIFICATIONS, EXPERIENCE & APPROACH (maximum: 50)

EVALUATOR NAME

EVALUATOR NAME

REPEAT AS NECESSARY

AVERAGE: AVERAGE: AVERAGE:

COST PROPOSAL (maximum: 30)

SCORE: SCORE: SCORE:

TOTAL RESPONSE EVALUATION SCORE:

(maximum: 100)

Solicitation Coordinator Signature, Printed Name & Date:

30

RFP ATTACHMENT 6.6.

RFP # 34800-110521 PRO FORMA CONTRACT

The Pro Forma Contract detailed in following pages of this exhibit contains some “blanks” (signified by descriptions in capital letters) that will be completed with appropriate information in the final contract resulting from the RFP.

11-14-19 RV

R E V E N U E C O N T R A C T (state revenue contract with an individual, business, non-profit, or government entity of another state or country and from which the state receives monetary compensation)

Begin Date End Date Agency Tracking # Edison ID

-

Procuring Party Legal Entity Name Procuring Party Registration ID

Service Caption

Ownership/Control

Minority Business Enterprise (MBE):

African American Asian American Hispanic American Native American

Woman Business Enterprise (WBE)

Service-Disabled Veteran Enterprise (SDVBE)

Disabled Owned Businesses (DSBE)

Small Business Enterprise (SBE): $10,000,000.00 averaged over a three (3) year period or employs no more

than ninety-nine (99) employees.

Government Non-Minority/Disadvantaged Other:

Selection Method & Process Summary (mark the correct response to confirm the associated summary)

Competitive Award Describe the competitive award process used. Include Solicitation Number, if

applicable:

Other Describe the non-competitive award process used and submit a Special Contract Request with the applicable method described, in addition to selecting the Revenue contract type.

CPO USE - RV

2

CONTRACT BETWEEN THE STATE OF TENNESSEE,

STATE AGENCY NAME AND

PROCURING PARTY NAME This Contract, by and between the State of Tennessee, State Agency Name, hereinafter referred to as the ‘State” and Procuring Party Legal Entity Name, hereinafter referred to as the “Procuring Party,” or “Contractor” is for the provision of background fingerprint checks, as further defined in the "SCOPE OF SERVICES." The Procuring Party is a/an Individual, For-Profit Corporation, Non-Profit Corporation, Special Purpose Corporation Or Association, Partnership, Joint Venture, Or Limited Liability Company.

Procuring Party Place of Incorporation or Organization: Location

A. SCOPE: A.1. The Procuring Party shall provide all goods or services and deliverables as required, described,

and detailed below and shall meet all service and delivery timelines as specified by this Contract. A.2. Definitions. For purposes of this Contract, definitions shall be as follows and as set forth in the

Contract: a. Applicants are individuals applying for employment, licensing, volunteering opportunities

or other statutorily permissible reason to be fingerprinted for a non-criminal justice purpose.

b. Electronic Biometric Transmission Specification (EBTS) is a Federal Bureau of Investigation (FBI) specification that dictates the capture and transmittal of fingerprints and Applicant information.

c. Facility shall mean a physical location capable of adequately housing necessary equipment and personnel in order to fulfill the terms of this Contract that shall include the taking and Submission of fingerprints.

d. Hard Copy Fingerprint Card means the paper copy of fingerprints that are inked and rolled on the FBI Applicant Fingerprint Card FD-258.

e. International Adoption is a category of Mandated Fees the State is required to collect. f. Live-scan Device is the device used to capture and transmit prints to the State. See

Attachment A for a list of the State’s acceptable Live-scan Devices. g. Mandated Fees are the fees the State is required to collect for responding to requests for

criminal background checks from Qualified Entities. Tenn. Code Ann. § 38-6-109 requires the State to follow the current FBI fee schedule for these background checks.

h. Mobile Unit is an all inclusive, full service fingerprinting unit that is easily moved between counties and locations.

i. NIST Packet is the National Institute of Standards and Technology (NIST) standard packet. This includes personally identifiable information on the Applicant and other information such as identifying the reason for printing and the entity requesting the printing.

j. Originating Identifier (ORI) is a nine-character identifier containing both alpha and numeric characters assigned by FBI CJIS which validates legal authorization to access Criminal Justice Information (CJI) and identifies the agency in all transactions.

k. Particular Qualified Entity shall mean a Qualified Entity that Processes at least two thousand four hundred (2400) Applicants per calendar year under that entity’s own Originating Identifier (ORI).

l. Process (or “Processing”) shall mean collection of all Applicant information and prints necessary for the NIST Packet and collection of all fees from Applicant or Qualified Entity.

m. Processing and Submission Fee is a total amount collected by Procuring Party from Applicants and/or Qualified Entities. Processing and Submission Fees shall include Mandated Fees. It is expected that the Processing and Submission Fees will be greater than the Mandated Fees.

n. Qualified Entity is an entity that is statutorily permitted to request fingerprint criminal background checks on Applicants for a non-criminal justice purpose.

3

o. Rejection shall mean when the Tennessee Bureau of Investigation (TBI) or FBI cannot run the Applicant’s prints due to poor print quality.

p. Resubmission shall mean when the Procuring Party must reprint the Applicant’s fingerprints because there was a Rejection by the TBI or FBI and must resend the “new” prints to the State.

q. Scheduling shall mean the act by the Procuring Party to arrange for a time and place for Applicant to be printed.

r. State of Emergency shall be declared by the Governor of the State of Tennessee as set forth in Tenn. Code Ann. § 58-2-107.

s. Submission (or “Submitting”) shall mean the act of transmitting Applicant fingerprints via secure electronic means and the successful delivery to State’s designated email address.

t. Transaction Control Record (TCR) is a description of Applicant, Qualified Entity Submitting, and the fingerprints submitted to the State.

u. Transaction Control Number (TCN) is the number assigned to the TCR when Submitted to the State.

v. Volunteer is a category of Mandated Fees the State is required to collect. A.3. Procuring Party shall provide electronic fingerprinting services and associated Processing to

Applicants who are individuals being fingerprinted for non-criminal justice licensing, employment purposes, or volunteer opportunities pursuant to State and federal laws that require background checks. Approximately three thousand and thirteen (3,013) Qualified Entities are registered with the State to submit Applicant fingerprints for criminal background checks. A list of current Qualified Entities is in Attachment B of this Contract. The Qualified Entity list shall be updated regularly and will be provided to the Procuring Party at the Procuring Party's request. Per year, approximately two hundred sixty thousand (260,000) Applicants are required to submit fingerprints for licensing, employment or volunteer opportunities with a Qualified Entity.

A.4. Procuring Party shall provide a turn-key solution which shall include the facilities for the

printing, call center facilities, the trained personnel to perform printing and Scheduling, and the equipment that is necessary to provide the services as stated in Section A of this Contract.

A.5. No services will be rendered by Procuring Party pursuant to this Contract to any potential Applicants until fourteen (14) business days after the Effective Date. This period is intended to allow for an effective transfer between Procuring Parties (if necessary) and to establish functionality of systems prior to rendering services to the public. Failure to conform to the requirements of this section shall be considered a material breach.

A.6. Procuring Party shall be responsible for providing all necessary Facility spaces for collecting

and submitting Applicant fingerprints. Procuring Party shall provide electronic fingerprinting services in each county of the State. Counties with a population of over one hundred thousand (100,000) persons shall require multiple fingerprinting Facilities to provide adequate coverage. Initial counties requiring multiple Facilities shall include Shelby, Davidson, Hamilton, Knox, the Washington/Sullivan counties area, Montgomery, Rutherford, Sumner, Williamson and Wilson.

A.7. Procuring Party is responsible for maintaining sufficient Facilities and personnel to provide

each area of the State with fingerprinting services in accordance with the requirements of the Contract. Attachment C provides historical data per county to use as basis for coverage. Procuring Party shall maintain at least three (3) Mobile Units that are operational and at the State’s written request can be deployed within twenty-four (24) hours.

A.8. Procuring Party shall make the electronic fingerprinting services available, at a minimum,

Tuesday through Saturday from 10:00 a.m. to 7:00 p.m. Central Time, State holidays excluded.

A.9. Procuring Party shall provide a toll-free customer service phone number for Applicants to

register for fingerprint services and to ask questions. Procuring Party will provide sufficient personnel and phone lines to provide live assistance to the volume of Applicants seeking

4

information or to register Monday through Friday from 8:00 a.m. to 5:00 p.m. Central Time, excluding State holidays. The call center cannot be a fully automated system.

A.10. Procuring Party shall establish and maintain a website that allows Applicants to register and

Schedule fingerprint services and collects all demographic information necessary for registration.

A.11. Procuring Party shall provide Live-scan Devices capable of electronically capturing and

Submitting information compliant with the latest version of the FBI Criminal Justice Information System ("CJIS") EBTS and must meet all relevant TBI and FBI certification standards which can be currently obtained at https://fbibiospecs.fbi.gov/certifications-1/cpl. Procuring Party is required to successfully Submit test transactions to the TBI no later than fourteen (14) business days after the Effective Date of this Contract. The number of test transactions shall be determined based upon performance and shall be to the satisfaction of the State.

A.12. Procuring Party shall provide Live-scan Devices that meets the calibration requirements of

the FBI. Procuring Party shall provide State with required FBI calibration information if requested by the State. State reserves the right to demand replacement of machines should the calibration not meet the FBI standard or if the device has a two percent (2%) or higher Rejection rate percentage. The equipment used by the Procuring Party to capture the demographic information and fingerprint images must include edit checks for valid information, both size and content, as well as quality checking for fingerprint images to the State's satisfaction. All equipment must be acquired and meet all calibration standards no later than fifteen (15) days from the Effective Date of this Contract. Procuring Party shall only use FBI and State certified Live-scan Devices as listed in Attachment A Procuring Party shall not sell, lease, otherwise provide Live-scan Devices or any other equipment or service to any Qualified Entity in order to allow Qualified Entity to perform Submissions to State other than as specifically set forth in this Contract. Procuring Party shall not facilitate or permit any Submissions other than as set forth in this Contract.

A.13. Procuring Party shall provide within the NIST Packet a photo image of the Applicant who is

being printed in compliance with standards within the EBTS. A.14. Procuring Party shall be responsible for any fees billed to State by the FBI for Resubmissions

due to operator error including poor print quality or because of non-rejected prints sent twice. The State shall notify the Procuring Party of a rejected print by an electronic message containing the TCR and TCN Information within twenty-four (24) hours of State’s notification of Rejection.

A.15. Procuring Party shall verify the identity and purpose of fingerprinting of all Applicants prior to

providing fingerprinting services. Procuring Party shall provide electronic authentication of Applicants’ identification either through passport or driver license in compliance with Attachment D Identity Verification Program Guide.

A.16. Procuring Party shall provide reports and data in the formats and time frames as requested

by the State. Procuring Party shall remit prints to State within (24) twenty-four hours from the time fingerprinting is completed. Procuring Party shall maintain a database of all information concerning the Submission and Processing of fingerprints in connection with this Contract for the purpose of submitting reports as requested by the State. This information should include, but is not limited to, the corresponding Applicants’ demographic data, Applicant or volunteer type, transaction number, dates/times of Submission/Processing, Resubmission and error rates, ORI number of requesting agency or entity, Applicants’ phone number, and any other information requested by the State.

A.17. Procuring Party shall provide a receipt in a format approved by the State to each Applicant

fingerprinted as evidence of successful completion of the transaction, including a unique identifying number assigned and submitted with the Submission. The Procuring Party shall electronically forward the demographic information and fingerprint images in the EBTS format to a specified electronic mail address.

A.18. Procuring Party shall provide documentation to the State indicating the education,

experience, and criminal record for all Procuring Party personnel prior to the start of their

5

employment. Procuring Party's personnel involved in providing services under this Contract shall have no criminal record. The State reserves the right to reject any potential employee. All background checks for initial personnel must be complete and all training for personnel must be complete no later than thirty (30) days after the Effective Date of this Contract.

A.19. Governor calling State of Emergency shall trigger the need for surge of resources to cover a

location. Within twenty-four (24) hours of the Governor declaring a State of Emergency, Procuring Party must submit plan to State outlining plan of action to cover fingerprinting services, and upon approval by State, Procuring Party shall implement such plan within one (1) week.

A.20. Procuring Party shall ensure all software and hardware systems used in the performance of

this Contract are secured to prevent access by unauthorized personnel. Procuring Party shall adhere to the requirements set forth in Attachment E, Security and Management Control Outsourcing Standard.

A.21. Procuring Party shall perform necessary installation and testing of Live-scan Devices and any

other necessary equipment. All functionality shall be tested no later than thirty (30) days after the Effective Date of this Contract.

A.22. Submissions shall originate from a Procuring Party central server that shall receive and

forward electronic demographic and fingerprint image information only from the Facilities or Mobile Units authorized under this Contract. The server shall be housed by the Procuring Party. Archiving records shall be required and the server shall have adequate disk space to retain two (2) months of fingerprint Submissions to facilitate Resubmission, transaction auditing and billing reconciliation. Storage of information shall comply with the FBI CJIS Security Policy as found currently at https://www.fbi.gov/file-repository/cjis_security_policy_v5-9_20200601.pdf/view.

A.23. Procuring Party shall provide a physical address to Qualified Entities for Submission of Hard

Copy Fingerprint Cards. Procuring Party shall scan the Hard Copy Fingerprint Card and send to the State via the Live-scan Device as if the individual was printed on the Live-scan Device.

A.24. Procuring Party shall provide a monthly list of Applicants in an electronic searchable

spreadsheet to the State and to each Qualified Entity for its Applicants. A.25. Procuring Party shall collect Mandated Fees prior to printing Applicants. State shall inform

Procuring Party of the amount of Mandated Fees and any change to Mandated Fees and the Procuring Party shall acknowledge in writing the change of Mandated Fees. Procuring Party shall implement any changes to the Mandated Fees within five (5) business days of Procuring Party’s receipt of notice from State.

A.26. Procuring Party shall accomplish the following tasks on or prior to the due date:

TASK DUE DATE All necessary equipment purchased and calibrated A.11 and A.12.

Fifteen (15) calendar days after Contract Effective Date

Successful Submission of test data A.11

Fourteen (14) calendar days after Contract Effective Date

All Procuring Party’s employees background checks completed and approved by State A.18.

Thirty (30) calendar days after Contract Effective Date

All necessary equipment successfully installed and tested A.21.

Thirty (30) calendar days after Contract Effective Date

A.27. Option available to Particular Qualified Entity. Procuring Party shall design and implement

program known as the “OPQE”—option for Particular Qualified Entity. Particular Qualified Entity may be eligible for having a Procuring Party’s Live-scan Device placed at Qualified Entity’s location. Particular Qualified Entity shall not be a subcontractor under this Contract. Particular

6

Qualified Entity shall only schedule and process their own Applicants and shall not be open to the public for the purpose of Scheduling or processing other Applicants.

Procuring Party shall retain ownership and control of Live-scan Devices and must assure security of such devices in Particular Qualified Entity location as well as conformance to all relevant terms and conditions of this Contract. Procuring Party shall be responsible for assuring that devices are calibrated and meets FBI standards and all other relevant terms and conditions of this Contract. Procuring Party shall be responsible for training Particular Qualified Entity personnel to perform fingerprinting. In addition, Procuring Party shall work with Qualified Entity to verify that Particular Qualified Entity personnel conducting processing have received acceptable TBI background checks prior to performing processing. Upon termination of this Contract, Procuring Party shall remove all Live-scan Devices and any other equipment or services provided by Procuring Party to any Particular Qualified Entity in order to accomplish Processing or Submissions, and Procuring Party shall not provide any such equipment or services to any Qualified Entity unless specifically authorized by the State.

A.28. Warranty. Procuring Party represents and warrants that the term of the warranty (“Warranty

Period”) shall be the greater of the Term of this Contract or any other warranty generally offered by Procuring Party, its suppliers, or manufacturers to customers of its goods or services. The goods or services provided under this Contract shall conform to the terms and conditions of this Contract throughout the Warranty Period. Any nonconformance of the goods or services to the terms and conditions of this Contract shall constitute a “Defect” and shall be considered “Defective.” If Procuring Party receives notice of a Defect during the Warranty Period, then Procuring Party shall correct the Defect, at no additional charge.

Procuring Party represents and warrants that the State is authorized to possess and use all

equipment, materials, software, and deliverables provided under this Contract. Procuring Party represents and warrants that all goods or services provided under this Contract

shall be provided in a timely and professional manner, by qualified and skilled individuals, and in conformity with standards generally accepted in Procuring Party’s industry.

If Procuring Party fails to provide the goods or services as warranted, then Procuring Party will re-

provide the goods or services at no additional charge. If Procuring Party is unable or unwilling to re-provide the goods or services as warranted, then the State shall be entitled to recover the fees paid to Procuring Party for the Defective goods or services. Any exercise of the State’s rights under this Section shall not prejudice the State’s rights to seek any other remedies available under this Contract or applicable law.

A.29. Inspection and Acceptance. The State shall have the right to inspect all goods or services

provided by Procuring Party under this Contract. If, upon inspection, the State determines that

the goods or services are Defective, the State shall notify Procuring Party, and Procuring Party

shall re-deliver the goods or provide the services at no additional cost to the State. If after a

period of thirty (30) days following delivery of goods or performance of services the State does

not provide a notice of any Defects, the goods or services shall be deemed to have been

accepted by the State. B. TERM OF CONTRACT: This Contract shall be effective on June 1, 2022 (“Effective Date”) and extend for a period of sixty

(60) months after the Effective Date (“Term”). The State shall have no obligation for goods or services provided by the Procuring Party prior to the Effective Date.

C. PAYMENT TERMS AND CONDITIONS: C.1. Procuring Party shall collect Processing and Submission Fees from Applicants or Qualified

Entities. Procuring Party shall establish methods of payment acceptable to the Procuring

7

Party but shall not charge Applicants or Qualified Entity any additional fees besides Processing and Submission Fees listed in C.3. Procuring Party shall be responsible for the collection and remittance of Mandated Fees to the State. Procuring Party shall establish billing accounts for Qualified Entities that prepay for Applicant so that funds may be transferred electronically. Procuring Party shall bill all entities in arrears, including State agencies, providing Submissions.

C.2. Compensation Firm. The payment methodology in Section C.3. of this Contract shall

constitute the entire compensation due the Procuring Party for all goods or services provided under this Contract regardless of the difficulty, materials or equipment required. The payment methodology includes all applicable taxes, fees, overhead, and all other direct and indirect costs incurred or to be incurred by the Procuring Party.

C.3. Payment Methodology. The Procuring Party shall be compensated based on the payment

methodology for goods or services authorized by the State in a total amount as set forth in Section C.1.

a. The Procuring Party’s compensation shall be contingent upon the satisfactory provision of

goods or services as set forth in Section A.

b. The Procuring Party shall be compensated based upon the following payment methodology:

Goods or Services Description Processing and Submission Fee (per compensable increment)

Scheduling, Processing, Submission of Applicant Prints including Mandated Fee for Applicants

$ Number fee collected by Procuring Party per Applicant

Scheduling, Processing, Submission of Applicant Prints including Mandated Fee for Volunteers

$ Number fee collected by Procuring Party per Applicant

Scheduling, Processing, Submission of Applicant Prints including Mandated Fee for International Adoptions

$ Number fee collected by Procuring Party per Applicant

Submission of OPQE Applicant Prints (as referred to in A.27) including Mandated Fee for Applicants

$ Number fee collected by Procuring Party per Applicant

Submission of OPQE Applicant Prints (as referred to in A.27) including Mandated Fee for Volunteers

$ Number fee collected by Procuring Party per Applicant

Submission of OPQE Applicant Prints (as referred to in A.27) including Mandated Fee for International Adoptions

$ Number fee collected by Procuring Party per Applicant

The Procuring Party shall remit to the State the collection of Mandated Fees per Applicant and shall retain the amount listed above as payment for Scheduling, Processing and Submission of Applicant prints.

D. STANDARD TERMS AND CONDITIONS: D.1. Required Approvals. The State is not bound by this Contract until it is signed by the contract

parties and approved by appropriate officials in accordance with applicable Tennessee laws and regulations (depending upon the specifics of this contract, said officials may include, but are not limited to, the Commissioner of Finance and Administration, the Commissioner of Human Resources, and the Comptroller of the Treasury).

D.2. Modification and Amendment. This Contract may be modified only by a written amendment

signed by all parties hereto and approved by both the officials who approved the base contract and, depending upon the specifics of the contract as amended, any additional officials required by Tennessee laws and regulations (said officials may include, but are not limited to, the Commissioner of Finance and Administration, the Commissioner of Human Resources, and the Comptroller of the Treasury).

8

D.3. Termination for Convenience. The Contract may be terminated by either party by giving written notice to the other, at least thirty (30) days before the effective date of termination. Said termination shall not be deemed a breach of contract by the State. Should the State exercise this provision, the State shall have no liability to the Procuring Party. Should either the State or the Procuring Party exercise this provision, the Procuring Party shall be required to compensate the State for satisfactory, authorized services completed as of the termination date and shall have no liability to the State except for those units of service which can be effectively used by the Procuring Party. The final decision, as to what these units of service are, shall be determined by the State. In the event of disagreement, the Procuring Party may file a claim with the Tennessee Claims Commission in order to seek redress. Upon such termination, the Procuring Party shall have no right to any actual general, special, incidental, consequential, or any other damages whatsoever of any description or amount.

D.4. Termination for Cause. If either party fails to properly perform or fulfill its obligations under this

Contract in a timely or proper manner or violates any terms of this Contract, the other party shall have the right to immediately terminate the Contract. The Procuring Party shall compensate the State for completed services.

D.5. Subcontracting. Neither the Procuring Party nor the State shall assign this Contract or enter into

a subcontract for any of the services performed under this Contract without obtaining the prior written approval of the other. If such subcontracts are approved, they shall contain, at a minimum, sections of this Contract below pertaining to "Conflicts of Interest," "Nondiscrimination," and “Records” (as identified by the section headings).

D.6. Conflicts of Interest. The Procuring Party warrants that no amount shall be paid directly or

indirectly to an employee or official of the State of Tennessee as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Procuring Party in connection with any work contemplated or performed relative to this Contract other than as required by section A. of this Contract.

D.7. Nondiscrimination. The State and the Procuring Party hereby agree, warrant, and assure that no

person shall be excluded from participation in, be denied benefits of, or be otherwise subjected to discrimination in the performance of this Contract or in the employment practices of the State or the Procuring Party on the grounds of handicap or disability, age, race, color, religion, sex, national origin, or any other classification protected by Federal, Tennessee State constitutional, or statutory law.

D.8. Records. The Procuring Party shall maintain documentation for its transactions with the State

under this Contract. The books, records, and documents of the Procuring Party, insofar as they relate to work performed or money paid under this Contract, shall be maintained for a period of five (5) full years from the final date of this Contract and shall be subject to audit, at any reasonable time and upon reasonable notice, by the state agency, the Comptroller of the Treasury, or their duly appointed representatives. The financial statements shall be prepared in accordance with generally accepted accounting principles.

D.9. Strict Performance. Failure by any party to this Contract to insist in any one or more cases upon

the strict performance of any of the terms, covenants, conditions, or provisions of this Contract shall not be construed as a waiver or relinquishment of any such term, covenant, condition, or provision. No term or condition of this Contract shall be held to be waived, modified, or deleted except by a written amendment signed by the parties hereto.

D.10. Independent Contractor. The parties hereto, in the performance of this Contract, shall not act as

employees, partners, joint venturers, or associates of one another. It is expressly acknowledged by the parties hereto that such parties are independent contracting entities and that nothing in this Contract shall be construed to create an employer/employee relationship or to allow either to exercise control or direction over the manner or method by which the other transacts its business affairs or provides its usual services. The employees or agents of one party shall not be deemed or construed to be the employees or agents of the other party for any purpose whatsoever.

9

Claims against the State of Tennessee, or its employees, or injury damages expenses or attorney’s fees are heard and determined by the Tennessee Claims Commission or the Tennessee Board of Claims in the manner prescribed by law (Tennessee Code Annotated, Sections 9-8-101 et seq., 9-8-301 et seq., and 9-8-401 et seq.). Damages recoverable against the State of Tennessee shall be expressly limited to claims paid by the Board of Claims or the Claims Commission pursuant to Tennessee Code Annotated, Section 9-8-301 et seq.

D.11. State Liability. The State shall have no liability except as specifically provided in this Contract. D.12. Force Majeure. The obligations of the parties to this Contract are subject to prevention by causes

beyond the parties’ control that could not be avoided by the exercise of due care including, but not limited to, natural disasters, riots, wars, epidemics, or any other similar cause.

D.13. State and Federal Compliance. The Procuring Party and the State shall comply with all

applicable State and Federal laws and regulations in the performance of this Contract. D.14. Governing Law. This Contract shall be governed by and construed in accordance with the laws

of the State of Tennessee. The Procuring Party agrees that it will be subject to the exclusive jurisdiction of the courts of the State of Tennessee in actions that may arise under this Contract. The Procuring Party acknowledges and agrees that any rights or claims against the State of Tennessee or its employees hereunder, and any remedies arising therefrom, shall be subject to and limited to those rights and remedies, if any, available under Tennessee Code Annotated, Sections 9-8-101 through 9-8-407.

D.15. Completeness. This Contract is complete and contains the entire understanding between the

parties relating to the subject matter contained herein, including all the terms and conditions of the parties’ agreement. This Contract supersedes any and all prior understandings, representations, negotiations, and agreements between the parties relating hereto, whether written or oral.

D.16. Severability. If any terms and conditions of this Contract are held to be invalid or unenforceable

as a matter of law, the other terms and conditions hereof shall not be affected thereby and shall remain in full force and effect. To this end, the terms and conditions of this Contract are declared severable.

D.17. Headings. Section headings of this Contract are for reference purposes only and shall not be

construed as part of this Contract. D.18. HIPAA Compliance. The State and Procuring Party shall comply with obligations under the Health

Insurance Portability and Accountability Act of 1996 (HIPAA), Health Information Technology for Economic and Clinical Health (HITECH) Act and any other relevant laws and regulations regarding privacy (collectively the “Privacy Rules”).

a. Procuring Party warrants to the State that it is familiar with the requirements of the

Privacy Rules, and will comply with all applicable requirements in the course of this Contract.

b. Procuring Party warrants that it will cooperate with the State, including cooperation and

coordination with State privacy officials and other compliance officers required by the Privacy Rules, in the course of performance of the Contract so that both parties will be in compliance with the Privacy Rules.

c. The State and the Procuring Party will sign documents, including but not limited to

business associate agreements, as required by the Privacy Rules and that are reasonably necessary to keep the State and Procuring Party in compliance with the Privacy Rules. This provision shall not apply if information received or delivered by the parties under this Contract is NOT “protected health information” as defined by the Privacy Rules, or if the Privacy Rules permit the parties to receive or deliver such

10

information without entering into a business associate agreement or signing another such document.

d. The Procuring Party will indemnify the State and hold it harmless for any violation by the

Procuring Party or its subcontractors of the Privacy Rules. This includes the costs of responding to a breach of protected health information, the costs of responding to a government enforcement action related to the breach, and any fines, penalties, or damages paid by the State because of the violation.

D.19. Confidentiality of Records. Strict standards of confidentiality of records and information shall be maintained in accordance with applicable state and federal law. All material and information, regardless of form, medium or method of communication, provided to the Procuring Party by the State or acquired by the Procuring Party on behalf of the State shall be regarded as confidential information in accordance with the provisions of applicable state and federal law, state and federal rules and regulations, departmental policy, and ethical standards. Such confidential information shall not be disclosed, and all necessary steps shall be taken by the Procuring Party to safeguard the confidentiality of such material or information in conformance with applicable state and federal law, state and federal rules and regulations, departmental policy, and ethical standards. The Procuring Party’s obligations under this section do not apply to information in the public domain; entering the public domain but not from a breach by the Procuring Party of this Contract; previously possessed by the Procuring Party without written obligations to the State to protect it; acquired by the Procuring Party without written restrictions against disclosure from a third party which, to the Procuring Party’s knowledge, is free to disclose the information; independently developed by the Procuring Party without the use of the State’s information; or, disclosed by the State to others without restrictions against disclosure. Nothing in this paragraph shall permit Procuring Party to disclose any information that is confidential under federal or state law or regulations, regardless of whether it has been disclosed or made available to the Procuring Party due to intentional or negligent actions or inactions of agents of the State or third parties. It is expressly understood and agreed the obligations set forth in this section shall survive the termination of this Contract.

E. SPECIAL TERMS AND CONDITIONS: E.1. Conflicting Terms and Conditions. Should any of these special terms and conditions conflict with

any other terms and conditions of this Contract, these special terms and conditions shall control. E.2. Communications and Contacts. All instructions, notices, consents, demands, or other

communications required or contemplated by this Contract shall be in writing and shall be made by certified, first class mail, return receipt requested and postage prepaid, by overnight courier service with an asset tracking system, or by EMAIL or facsimile transmission with recipient confirmation. Any such communications, regardless of method of transmission, shall be addressed to the respective party at the appropriate mailing address, facsimile number, or EMAIL address as set forth below or to that of such other party or address, as may be hereafter specified by written notice. The State: Missy Lovan, Accounting Manager

Tennessee Bureau of Investigation 901 R.S, Gass Blvd. Nashville, TN 37216

Telephone # 615-744-4128 [email protected]

11

The Procuring Party: Procuring Party Contact Name & Title Procuring Party Name Address Email Address Telephone # Number FAX # Number All instructions, notices, consents, demands, or other communications shall be considered effectively given upon receipt or recipient confirmation as may be required.

E.3 Tennessee Department of Revenue Registration. The Procuring Party shall be registered with the

Department of Revenue for the collection of Tennessee sales and use tax. This registration requirement is a material requirement of this Contract.

E.4. Debarment and Suspension. The Procuring Party certifies, to the best of its knowledge and

belief, that it, its current and future principals, its current and future subcontractors and their principals:

a. are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any federal or state department or agency;

b. have not within a three (3) year period preceding this Contract been convicted of, or had

a civil judgment rendered against them from commission of fraud, or a criminal offence in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or grant under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property;

c. are not presently indicted or otherwise criminally or civilly charged by a government entity

(federal, state, or local) with commission of any of the offenses detailed in section b. of this certification; and

d. have not within a three (3) year period preceding this Contract had one or more public

transactions (federal, state, or local) terminated for cause or default. The Procuring Party shall provide immediate written notice to the State if at any time it learns that there was an earlier failure to disclose information or that due to changed circumstances, its principals or the principals of its subcontracting parties are excluded, disqualified, or presently fall under any of the prohibitions of sections a-d.

E.6. Partial Takeover of Contract. The State may, at its convenience and without cause, exercise a partial takeover of any service that the Procuring Party is obligated to perform under this Contract, including any service which is the subject of a subcontract between Procuring Party and a third party (a “Partial Takeover”). A Partial Takeover of this Contract by the State shall not be deemed a breach of contract. The Procuring Party shall be given at least thirty (30) days prior written notice of a Partial Takeover. The notice shall specify the areas of service the State will assume and the date the State will be assuming. The State’s exercise of a Partial Takeover shall not alter the Procuring Party’s other duties and responsibilities under this Contract. The State reserves the right to withhold from the Procuring Party any amounts the Procuring Party would have been paid but for the State’s exercise of a Partial Takeover. The amounts shall be withheld effective as of the date the State exercises its right to a Partial Takeover. The State’s exercise of its right to a Partial Takeover of this Contract shall not entitle the Procuring Party to any actual, general, special, incidental, consequential, or any other damages irrespective of any description or amount.

12

E.7. Intellectual Property Indemnity. The Procuring Party agrees to indemnify and hold harmless the State of Tennessee as well as its officers, agents, and employees from and against any and all claims or suits which may be brought against the State concerning or arising out of any claim of an alleged patent, copyright, trade secret or other intellectual property infringement. In any such claim or action brought against the State, the Procuring Party shall satisfy and indemnify the State for the amount of any settlement or final judgment, and the Procuring Party shall be responsible for all legal or other fees or expenses incurred by the State arising from any such claim. The State shall give the Procuring Party notice of any such claim or suit, however, the failure of the State to give such notice shall only relieve Procuring Party of its obligations under this Section to the extent Procuring Party can demonstrate actual prejudice arising from the State’s failure to give notice. This Section shall not grant the Procuring Party, through its attorneys, the right to represent the State of Tennessee in any legal matter, as provided in Tenn. Code Ann. § 8-6-106.

E.8. Software License Warranty. Procuring Party grants a license to the State to use all software provided under this Contract in the course of the State’s business and purposes.

E.9. Extraneous Terms and Conditions. Procuring Party shall fill all orders submitted by the State under this Contract. No purchase order, invoice, or other documents associated with any sales, orders, or supply of any good or service under this Contract shall contain any terms or conditions other than as set forth in the Contract. Any such extraneous terms and conditions shall be void, invalid and unenforceable against the State. Any refusal by Procuring Party to supply any goods or services under this Contract conditioned upon the State submitting to any extraneous terms and conditions shall be a material breach of the Contract and constitute an act of bad faith by Procuring Party.

E.10. Disclosure of Personal Identity Information. The Procuring Party shall report to the State any instances of unauthorized disclosure of confidential information that come to the attention of the Procuring Party. Any such report shall be made by the Procuring Party within twenty-four (24) hours after the instance has come to the attention of the Procuring Party. The Procuring Party, at the sole discretion of the State, shall provide no cost credit monitoring services for individuals that are deemed to be part of a potential disclosure. The Procuring Party shall bear the cost of notification to individuals having personal identity information involved in a potential disclosure event, including individual letters and/or public notice.

E.11 Insurance. Contractor shall maintain insurance coverage as specified in this Section. The State

reserves the right to amend or require additional insurance coverage, coverage amounts, and endorsements required under this Contract. Contractor’s failure to maintain or submit evidence of insurance coverage, as required, is a material breach of this Contract. If Contractor loses insurance coverage, fails to renew coverage, or for any reason becomes uninsured during the Term, Contractor shall immediately notify the State. All insurance companies providing coverage must be: (a) acceptable to the State; (b) authorized by the Tennessee Department of Commerce and Insurance (“TDCI”); and (c) rated A- / VII or better by A.M. Best. All coverage must be on a primary basis and noncontributory with any other insurance or self-insurance carried by the State. Contractor agrees to name the State as an additional insured on any insurance policy with the exception of workers’ compensation (employer liability) and professional liability (errors and omissions) insurance. All policies must contain an endorsement for a waiver of subrogation in favor of the State. Any deductible or self insured retention (“SIR”) over fifty thousand dollars ($50,000) must be approved by the State. The deductible or SIR and any premiums are the Contractor’s sole responsibility. The Contractor agrees that the insurance requirements specified in this Section do not reduce any liability the Contractor has assumed under this Contract including any indemnification or hold harmless requirements.

To achieve the required coverage amounts, a combination of an otherwise deficient specific policy and an umbrella policy with an aggregate meeting or exceeding the required coverage amounts is acceptable. For example: If the required policy limit under this Contract is for two

13

million dollars ($2,000,000) in coverage, acceptable coverage would include a specific policy covering one million dollars ($1,000,000) combined with an umbrella policy for an additional one million dollars ($1,000,000). If the deficient underlying policy is for a coverage area without aggregate limits (generally Automobile Liability and Employers’ Liability Accident), Contractor shall provide a copy of the umbrella insurance policy documents to ensure that no aggregate limit applies to the umbrella policy for that coverage area. In the event that an umbrella policy is being provided to achieve any required coverage amounts, the umbrella policy shall be accompanied by an endorsement at least as broad as the Insurance Services Office, Inc. (also known as “ISO”) “Noncontributory—Other Insurance Condition” endorsement or shall be written on a policy form that addresses both the primary and noncontributory basis of the umbrella policy if the State is otherwise named as an additional insured. Contractor shall provide the State a certificate of insurance (“COI”) evidencing the coverages and amounts specified in this Section. The COI must be on a form approved by the TDCI (standard ACORD form preferred). The COI must list each insurer’s National Association of Insurance Commissioners (NAIC) number and be signed by an authorized representative of the insurer. The COI must list the State of Tennessee – CPO Risk Manager, 312 Rosa L. Parks Ave., 3rd floor Central Procurement Office, Nashville, TN 37243 as the certificate holder. Contractor shall provide the COI ten (10) business days prior to the Effective Date and again thirty (30) calendar days before renewal or replacement of coverage. Contractor shall provide the State evidence that all subcontractors maintain the required insurance or that subcontractors are included under the Contractor’s policy. At any time, the State may require Contractor to provide a valid COI. The Parties agree that failure to provide evidence of insurance coverage as required is a material breach of this Contract. If Contractor self-insures, then a COI will not be required to prove coverage. Instead Contractor shall provide a certificate of self-insurance or a letter, on Contractor’s letterhead, detailing its coverage, policy amounts, and proof of funds to reasonably cover such expenses. The State reserves the right to require complete copies of all required insurance policies, including endorsements required by these specifications, at any time. The State agrees that it shall give written notice to the Contractor as soon as practicable after the State becomes aware of any claim asserted or made against the State, but in no event later than thirty (30) calendar days after the State becomes aware of such claim. The failure of the State to give notice shall only relieve the Contractor of its obligations under this Section to the extent that the Contractor can demonstrate actual prejudice arising from the failure to give notice. This Section shall not grant the Contractor or its insurer, through its attorneys, the right to represent the State in any legal matter, as the right to represent the State is governed by Tenn. Code Ann. § 8-6-106.

The insurance obligations under this Contract shall be: (1)—all the insurance coverage and policy limits carried by the Contractor; or (2)—the minimum insurance coverage requirements and policy limits shown in this Contract; whichever is greater. Any insurance proceeds in excess of or broader than the minimum required coverage and minimum required policy limits, which are applicable to a given loss, shall be available to the State. No representation is made that the minimum insurance requirements of the Contract are sufficient to cover the obligations of the Contractor arising under this Contract. The Contractor shall obtain and maintain, at a minimum, the following insurance coverages and policy limits.

a. Workers’ Compensation and Employer Liability Insurance 1) For Contractors statutorily required to carry workers’ compensation and

employer liability insurance, the Contractor shall maintain:

i. Workers’ compensation and employer liability insurance in the amounts required by appropriate state statutes.

14

2) If the Contractor certifies that it is exempt from the requirements of Tenn. Code Ann. §§ 50-6-101 – 103, then the Contractor shall furnish written proof of such exemption for one or more of the following reasons:

i. The Contractor employs fewer than five (5) employees;

ii. The Contractor is a sole proprietor;

iii. The Contractor is in the construction business or trades with no employees;

iv. The Contractor is in the coal mining industry with no employees;

v. The Contractor is a state or local government; or

vi. The Contractor self-insures its workers’ compensation and is in compliance with the TDCI rules and Tenn. Code Ann. § 50-6-405.

E.12. Incorporation of Additional Documents. Each of the following documents is included as a part of

this Contract by reference. In the event of a discrepancy or ambiguity regarding the Contractor’s duties, responsibilities, and performance under this Contract, these items shall govern in order of precedence below:

a. any amendment to this Contract, with the latter in time controlling over any earlier

amendments; b. this Contract with any attachments or exhibits (excluding the items listed at subsections c.

through f., below), which includes Attachment A, Attachment B, Attachment C, Attachment D, and Attachment E

c. any clarifications of or addenda to the Contractor’s proposal seeking this Contract; d. the State solicitation, as may be amended, requesting responses in competition for this

Contract; e. any technical specifications provided to proposers during the procurement process to award

this Contract; and f. the Contractor’s response seeking this Contract.

IN WITNESS WHEREOF,

PROCURING PARTY LEGAL ENTITY NAME:

PROCURING PARTY SIGNATURE DATE

PRINTED NAME AND TITLE OF PROCURING PARTY SIGNATORY (above)

TENNESSEE BUREAU OF INVESTIGATION:

15

DAVID B. RAUSCH, DIRECTOR DATE

1/25/2022

LIVE SCAN Electronic Fingerprinting Equipment Vendors

HID Global (Old Cross Match Technologies, Inc.) Opal Forbes 3950 RCA Boulevard, Suite 5001 561-622-2504 (Office)Palm Beach Gardens, FL 33410 [email protected] Support Email: [email protected]

Dataworks Plus Becky Houston 728 N. Pleasantburg Drive 864-672-2780x2112Greenville, SC 29607 [email protected]

Eagle Advantage Solutions 770-834-5283, ext. 151800-223-4773, ext. 151

133 Parkwood Circle Carrollton, GA 30117 Cindy Davison – Customer Support 404-754-6033 (cell)[email protected] www.eagleadvantage.com

IDEMIA (old MorpohoTrak) 5515 E. La Palma Avenue, Suite 100 Anaheim, CA 92807

George HODGES Sr. Sales Manager State & Local Gov't Identity & Security, N.A. Southeast U.S. & Caribbean

P. (407) 595-4438M. (407) 595-4438E. [email protected]

FULCRUM BIOMTERICS 16108 University Oak San Antonio, TX 78249

Phil Moore | Sales O: (210) 797-7844 C: 830-832-6067 [email protected]

Attachment A

ATTACHMENT B

100 BLACK MEN OF MIDDLE TENNESSEE, INC.

1220 EXHIBITS, INC.

1ST CLASS MONTESSORI SCHOOL

24/7 MEDSTAFF

4 FAMILIES HEALTHCARE, LLC

5280 DIGITAL, INC.

A & H GLASS, INC.

A & R MASONRY, INC.

A & S ELECTRIC, INC.

A BETTER CHOICE DUI SCHOOL

A BETTER TOMORROW, INC.

A PLACE CALLED HOME, LLC

A SILVER LINING COUNSELING, INC.

A STEP AHEAD

A-1 CHEMICAL PRODUCTS

A-1 ELECTRICAL CONTRACTORS, INC.

A-1 WASTE, LLC

A2H, INC

AAR OF NORTH CAROLINA, INC

ABA BRIDGES

ABA INTERVENTIONS, LLC

ABC HEALTH, INC.

ABC NETWORKING

ABE GARDEN AT PARK MANOR

ABEC ELECTRIC COMPANY, INC.

ABG CAULKING & WATERPROOFING

ABIDING LOVE ADOPTION AGENCY

ABINTRA MONTESSORI SCHOOL

ABSOLUTE WELDING COMPANY

ABUNDANT FAMILY FELLOWSHIP ACADEMY

ABUNDANT LIFE CHRISTIAN ACADEMY

ABUSE ALTERNATIVES, INC.

ACADEMY FOR ACADEMIC EXCELLENCE

ACADEMY OF ALLIED HEALTH CAREERS

ACCESS DATA NETWORK SOLUTIONS, INC

ACCESS FLOOR SYSTEMS, LLC

ACCESSIBLE HOPE, LLC.

ACCURATE AIR CO., INC.

ACE FENCE COMPANY

ACHIEVEMENT SCHOOL DISTRICT

ACL ASSOCIATES, INC.

ACORN ELECTRICAL SPECIALISTS, INC.

ACORN HEALTH OF TN

ACOUSTI ENGINEERING COMPANY OF FLORIDA

ACOUSTICS & SPECIALTIES, LLC.

ACTS OF FAITH

ADAMES PRODUCTIONS

ADAMS BUSINESS CENTER, INC.

ADAMS PRODUCE COMPANY

ADAMSVILLE POLICE DEPARTMENT

ADC, INC.

ADDISON ENERGY TECHNOLOGIES, LLC

ADELAIDE SERVICES,INC

ADMIN OFFICE OF THE COURTS

ADONAI ACADEMY

ADOPTION ASSISTANCE, INC.

ADOPTION COUNSELING SERVICES, INC.

ADOPTION PLUS

ADOPTION PROMISES

ADVANCE BEYOND AUTISM

AD-VANCE BUILDING SERVICES, INC.

ADVANCE THERAPY SERVICES, LLC

ADVANCED BEHAVIORAL CONSULTANTS LLC

ADVANCED BEHAVIORAL CONSULTING

ADVANCED HORIZONS,LLC.

ADVANCED INDUSTRIAL SERVICES, LLC

ADVANCED MECHANICAL CONTRACTORS, INC.

ADVANCED SENIOR KEEPERS, LLC

ADVANCED THERAPY SOLUTIONS LLC

ADVANTAGE COMMERCIAL INTERIORS, LLC

ADVENT ELECTRIC INCORPORATED

ADVENTURE SERVICES, INC.

AFCO NDE

AGAPE CHILD & FAMILY SERVICES

AGATHOS SCHOOL OF COLUMBIA

AGING COMMISSION OF THE MID-SOUTH

AHA MECHANICAL CONTRACTORS

AIM CENTER, INC.

AIRECONOMICS, INC.

AIRTECH SERVICE COMPANY, INC.

AL BLANKENSHIP ENTERPRISES, LLC

ALAMO CITY SCHOOLS

ALARM SYSTEMS CONTRACTOR BOARD

ALBERT F.G.BEDINGER CONSULTING ENGINEERS

ALCOA CITY SCHOOL SYSTEM

ALCOA POLICE DEPARTMENT-CP

A-LERT ROOF SYSTEMS

ALGOOD POLICE DEPARTMENT

ALIGN BEHAVIOR, LLC.

ALIGNED MEDICAL CENTER

ALL BLESSINGS INTERNATIONAL

ALL HANDS ON DECK

ALL MEMPHIS,INC.

ALL SAINTS EPISCOPAL SCHOOL

ALL SEASONS LAWN CARE & LANDSCAPING

ALL WAYS THERAPIES, LLC.

ALLEN BLIND & DRAPERY CO., INC.

ALLEN ELECTRIC COMPANY

ALLEN H. EDMONDSON ELECTRICAL CONTRACTOR, INC.

ALLEN SEARCY BUILDER CONTRACTOR INC

ALLIANCE ELECTRIC INC.

ALLIANT PERSONNEL RESOURCES, LLC

ALLIED PIPING COMPANY

ALLISON CONTRACTING COMPANY LLC

ALLPRO STAFFNET, LLC.

ALLSTAR FIRE PROTECTION, INC.

ALLSTATE PLASTERING, INC.

ALLWORLD PROJECT MANAGEMENT, LLC.

ALTERNATIVE CARE INC.

ALTERNATIVE CHOICE COUNSELING

ALVIN C. YORK AGRICULTURAL INSTITUTE

ALWAYS BEST CARE

AMADA SENIOR CARE OF KNOXVILLE

AMAZING ANGELS SENIOR HOME CARE

AMAZING LOVE CARE HOME

AMERESCO, INC.

AMERICA WORLD ADOPTION - TENNESSEE

AMERICAN COMMERCIAL INDUSTRIAL ELECTRIC, LLC

AMERICAN CONSTRUCTORS, INC.

AMERICAN FIDELITY ASSURANCE, COMPANY

AMERICAN FIRE PROTECTION GROUP, INC.

AMERICAN FOUNDATION & BASEMENT REPAIRS, LLC

AMERICAN NATIONAL RED CROSS, TRAINING SERVICES DIVISION

AMERICAN PAPER & TWINE COMPANY

AMERICAN REFRIGERATION SALES & SERVICE, INC.

AMERICAN SENIOR CARE CENTER, INC.

AMERICAN SOLAR, INC.

AMERICOATINGS, INC.

AMERIGAS PROPANE, LP

AMG INTERNATIONAL

AN EXTRA PAIR OF HANDS

ANCHOR ELECTRIC, INC.

ANDERSON CO. BOARD OF EDUCATION

ANDERSON CO. GOVERNMENT

ANDERSON COUNTY EMS

ANDERSON COUNTY SHERIFF'S OFFICE-CP

ANDERSON PIPING COMPANY, INC.

ANDREWS CONSTUCTION, INC.

ANEW CREATION, INC.

ANGEL CARE

ANGEL'S HELPING HANDS

ANN CAMPBELL EARLY LEARNING CENTER

ANNOOR ACADEMY OF CHATTANOOGA

ANOOR ACADEMY- ISLAMIC EDUCATION FOUNDATION

ANYTIME ASSIST HOME CARE, LLC.

APAC-ATLANTIC, INC.

APEX ABA LLC.

APEX BUILDING COMPANY, LLC

APHESIS HOUSE, INC.

APOSTOLIC CHRISTIAN ACADEMY DAYCARE

APOSTOLIC KIDDIE ACADEMY

APPALACHIA HABITAT FOR HUMANITY, INC

APPALACHIAN COUNSELING CENTERS

APTITUDE HABILITATION SERVICES

AQUA CLEAR WATER SYSTEMS, LLC

AQUAPHASE, INC.

AQUINAS COLLEGE, SCHOOL OF EDUCATION

ARC KNOX COUNTY

ARCHER AIR CONDITIONING SVC CO, INC

ARCHER PLUMBING, LLC

ARCHITECTS WEEKS AMBROSE MCDONALD,INC

ARCHITECTURAL MILLWORK SOLUTIONS, LLC

AREA RELIEF MINISTRIES

ARETE CHRISTIAN SCHOOL

ARIES ENERGY, LLC

ARISE THERAPIES, LLC.

ARK ROOFING

ARLINGTON COMMUNITY SCHOOLS

ARMSTRONG CONSTRUCTION COMPANY, INC.

ARNOLDS PLUMBING & ELECTRIC

ARROW ACADEMY OF EXCELLENCE

AS-BUILT SERVICES OF TENNESSEE

ASCENT HEALTH, INC.

ASET ACADEMY OF PERFORMING ARTS

ASHLEY ACADEMY-THE ENRICHMENT INSTITUTE

ASPEN GROVE CHRISTIAN CHURCH

ASPHALT SEALING & STRIPING, INC.

ASSA ABLOY ENTRANCE SYSTEMS

ASSA ABLOY ENTRANCE SYSTEMS

ASSIST- ALL

ASSOCIATED FIRE SERVICES, LLC

ASTER COLLEGE PREPARATORY, INC.

AT HOME HEALTHCARE

AT YOUR SERVICE REHAB, INC.

ATHENS CITY SCHOOLS

ATHENS POLICE DEPARTMENT

ATLANTIC ENERGY CONCEPTS

ATLAS SEPTIC SERVICE

ATRIFICE, LLC

ATTENDANT CARE SERVICES

AUDIO COMMUNICATIONS CONSULTANTS, INC.

AUGUSTINE SCHOOL

AURORA COLLEGIATE ACADEMY

AUSTIN HATCHER FOUNDATION FOR PEDIATRIC CANCER

AUSTIN PEAY STATE UNIVERSITY

AUTISM & BEHAVIOR CONSULTING SERVICES,LLC.

AUTISM & BEHAVIOR SERVICES

AUTISM FOUNDATION OF TENNESSEE

AUTISM FOUNDATION OF TN, dba AUTISM CAREER TRAINING

AVENUE CHILD ENRICHMENT CENTER

AVONDALE SDA SCHOOL

AW HOLDINGS LLC D.B.A BENCHMARK HUMAN SERVICES

AXT BEHAVIORAL ANALYTICS, INC.

AYC CAREGIVING

A-Z OFFICE RESOURCE, INC.

AZTEC MASONRY,INC.

B. R. MILLER & COMPANY, INC.

BACK TO THE FUTURE INC.

BACKFIELD IN MOTION

BADONI BEHAVIORAL SERVICES, LLC

BAIRD & WILSON SHEETMETAL, INC.

BAKER ROOFING COMPANY

BAKER'S CONSTRUCTION SERVICES, INC.

BALDWIN & SHELL CONSTRUCTION

BAMBINI MONTESSORI

BAMBINI VILLAGE MONTESSORI, INC.

BAPTIST TEMPLE ACADEMY

BARDEN CONSTRUCTION GROUP, INC.

BARGE CAUTHEN & ASSOCIATES, INC.

BARGE DESIGN SOLUTIONS, INC.

BARNARD ROOFING CO., INC.

BARNES & BROWER, INC.

BARNETT STEEL FABRICATION, LLC

BARON CONSTRUCTION LLC

BARTLETT BAPTIST PRESCHOOL

BARTLETT CITY SCHOOLS

BARTON MALOW COMPANY

BASELINE SPORTS CONSTRUCTION, LLC

BASS SERVICES

BATTLES & BATTLES TILE, INC.

BAUER ASKEW ARCHITECTURE, PLLC.

BEACHY & SONS MASONRY

BEACON ACADEMY

BEACON COLLEGE PREPARATORY, INC.

BEACON TECHNOLOGIES

BEAVER ENGINEERING, INC.

BECA COMMERCIAL FLOORING

BECKWITH HIGH HOPE, PCH

BEDFORD CO. BOARD OF EDUCATION

BEDFORD COUNTY JUVENILE DETENTION CENTER

BEECH CREEK MINISTRIES, INC.

BEELER IMPRESSION PRODUCTS,INC.

BEESON, LUSK & STREET, INC., ARCHITECTS

BEHAVIOR FRONTIERS

BEHAVIORAL HEALTH & WELLNESS CLINIC

BEHAVIORAL HEALTH GROUP

BEHAVIORAL PROGRESSION, INC.

BEHOLD COMMUNITY SCHOOLHOUSE, LLC.

BELIEVE MEMPHIS ACADEMY

BELL & ASSOCIATES, L.P.

BELLE MEADE SAFEWAY EXTERMINATING CO., INC.

BELLS CITY SCHOOL

BELMONT UNIVERSITY (SCHOOL OF NURSING)

BELMONT UNIVERSITY EDUCATION DEPARTMENT

BELMONT UNIVERSITY NASHVILLE CHILDRENS CHOIR

BELVOIR CHRISTIAN ACADEMY

BENCHMARK COMPANIES, LLC

BENCHMARK HUMAN SERVICES- CINDY PEGG

BENCHMARK, INC.

BENT TREE SIGNS

BENTON CO. BOE

BENTON CO. OFFICE AGING/SENIOR CENTER

BEREAN ACADEMY

BEREAN CHRISTIAN SCHOOL

BERRY HILL POLICE DEPARTMENT - CP

BEST DISPOSAL SERVICE

BEST PAINTING INC.

BETHANY CHRISTIAN SERVICES OF EAST TN

BETHANY CHRISTIAN SERVICES OF GRT CHATTANOOGA

BETHANY CHRISTIAN SERVICES OF MIDDLE TN

BETHANY CHRISTIAN SERVICES OF WEST TN

BETHEL UNIVERSITY COLLEGE OF EDUCATION

BETTER BUSINESS SOLUTIONS

BETTER LIVES, LLC

BETTERCARE-TN,LLC

BEURIS CONSTRUCTION, INC.

BEYNON SPORTS SURFACES, INC.

BIBLE BAPTIST CHURCH

BIG BROTHERS BIG SISTERS OF EAST TENNESSEE

BIG BROTHERS BIG SISTERS OF GREATER CHATTANOOGA

BIG BROTHERS BIG SISTERS OF MIDDLE TN

BIG BROTHERS BIG SISTERS OF THE MID-SOUTH

BIG CREEK LANDSCAPING

BIG HEARTS AT HOME CARE LLC

BIGGS GENERAL CONTRACTING, INC.

BILL ANDERSON & ASSOCIATES, INC.

BILL RICE CHRISTIAN ACADEMY

BILL SMITH PHOTOGRAPHY

BILLINGS CRANE & MECHANICAL, INC.

BILLY ROGERS PLUMBING, HEAT & A/C INC.

BINGHAMPTON CHRISTIAN ACADEMY

BIOS OF TN, LLC DBA/ A BETTER LIFE SENIOR CENTER

BIRD'S ELECTRIC HEATING AND COOLING

BLACK RIVER BUILDERS

BLACK'S MAINTENANCE SERVICES

BLAINE CONSTRUCTION

BLALOCK PLUMBING, ELECTRIC, & HVAC, INC.

BLEACHERS AND SEATS.COM

BLEDSOE CO. BOARD OF EDUCATION

BLESSED ASSURANCE LLC.

BLOOMFIELD BAPTIST CHURCH

BLOUNT CO. BOARD OF EDUCATION

BLOUNT CO. SHERIFF'S DEPARTMENT- ADULT ORIENTED

BLOUNT CONTRACTORS, INC.

BLOUNT COUNTY FIRE PROTECTION DISTRICT

BLOUNT EXCAVATING, INC.

BLOUNT MEMORIAL HOSPITAL

BLUE BELL CREAMERIES, LP-MEMPHIS BRANCH

BLUEJACK, LLC

BLUEPRINT UP

BLUESPRING BEHAVIORAL HEALTH, LLC.

BLYTH-TEMPLETON ACADEMY

BMC PAINTING & PRESSURE WASHING

BOE-TEL TN COMPANY, LLC

BOGARD MASONRY

BOGER CONSTRUCTION, LLC

BOIKE INSTALLATION, INC.

BOILER SUPPLY COMPANY, INC

BOING BOING INFLATABLES, LLC.

BOLTON BEHAVIORAL CONSULTING, INC.

BOMAR CONSTRUCTION COMPANY, INC.

BONITZ FLOORING GROUP, INC.

BORDERLESS ARTS TENNESSEE

BOWMAN & SONS CONSTRUCTION CO., INC.

BOWMAN HILLS SCHOOL

BOYCE BALLARD CONSTRUCTION, LLC

BOYD-BUCHANAN SCHOOL

BOYS & GIRLS CLUB OF CHATTANOOGA

BOYS & GIRLS CLUB OF ELIZABETHTON/CARTER COUNTY

BOYS & GIRLS CLUB OF GREATER KINGSPORT,INC.

BOYS & GIRLS CLUB OF JACKSON

BOYS & GIRLS CLUB OF JOHNSON CITY/WASHINGTON CO

BOYS & GIRLS CLUB OF MAURY CO

BOYS & GIRLS CLUB OF MIDDLE TENNESSEE

BOYS & GIRLS CLUB OF NORTHWEST TENNESSEE

BOYS & GIRLS CLUB OF RUTHERFORD COUNTY

BOYS & GIRLS CLUB OF THE CUMBERLAND PLATEAU

BOYS & GIRLS CLUB OF THE HATCHIE RIVER REGION

BOYS & GIRLS CLUB OF THE OCOEE REGION

BOYS & GIRLS CLUB OF THE SMOKY MOUNTAINS

BOYS & GIRLS CLUB OF THE TENNESSEE VALLEY

BOYS & GIRLS CLUBS OF DUMPLIN VALLEY

BOYS TO MEN

BRABSTON TRUCKING & EXCAVATING, INC.

BRAD SIDLE CONST. CO., INC.

BRADFORD HEALTH SERVICES

BRADFORD SPECIAL SCHOOL DISTRICT

BRADLEY CO. BOARD OF EDUCATION

BRADLEY CO. FIRE RESCUE

BRADLEY COATINGS, INC.

BRADY TILE & MARBLE CO., INC.

BRAGANZA DESIGN/ GROUP

BRAINERD BAPTIST SCHOOL

BRANAM ELECTRIC CO, INC.

BRATTEN ELECTRIC INC.

BRATTON BROS. SERVICES

BRAXTON IN-HOME CARE SERVICE

BREAK TIME COFFEE & VENDING SERVICE

BREAKFREE WORSHIP CENTER

BREATH OF LIFE CHRISTIAN CENTER CHURCH, INC.

BREEDING INSULATION CO., KNOXVILLE, INC.

BRENTWOOD HEARING CENTER

BRIAN GOODWIN

BRIARCREST CHRISTIAN SCHOOL, INC.

BRICKS 4 KIDZ KNOXVILLE

BRIDGES DOMESTIC VIOLENCE CENTER

BRIDGES EARLY INTERVENTION RESOURCE AGENCY@TTU

BRIDGES FOR THE DEAF AND HARD OF HEARING

BRIDGEWATER SPEECH-HEARING,INC

BRIGHT SCHOOL

BRIGHTSTONE, INC

BRIGHTVIEW CARE SOLUTIONS,LLC

BRIMER STEEL ERECTORS, INC.

BRINKLEY HEIGHTS URBAN ACADEMY

BRISTOL CITY SCHOOL SYSTEM

BRISTOL POLICE DEPARTMENT, BEER PERMITS

BRISTOL REGIONAL SPEECH & HEARING CENTER

BRISTOL TENNESSEE POLICE DEPARTMENT

BRITE ELECTRIC COMPANY, INC.

BRITTS WELDING & FABRICATION

BROADWAY ELECTRIC SERVICE CORPORATION

BROADWAY ELECTRIC, PLUMBING AND COOLING.LLC

BROCKWELL CONSTRUCTION COMPANY, INC.

BROTHERS KEEPER

BROWN BROTHERS PAVING, LLC

BROWNING CONSTRUCTION COMPANY

BROWNSVILLE HAYWOOD COUNTY CENTRAL DISPATCH- CP

BROWNSVILLE-HAYWOOD CO. COMM. ACTION ORG.

BRUCE INSTITUTE OF HIGHER LEARNING

BRUCE TERMINIX COMPANY, INC.

BRYAN COLLEGE

BRYAN'S PHOTOGRAPHY

BUBBA'S BETTER LIFE, INC.

BUCHANAN PAINT COMPANY

BUCK OVERBY CONSTRUCTION, INC.

BUCKHEAD CONSTRUCTION COMPANY

BUDGET BLINDS OF KNOXVILLE

BUILDING SYSTEMS TECHNOLOGY, INC.

BUILDING WORKS, LLC

BULLOCK SMITH & PARTNERS, INC.

BULOW BIO TECH, LLC.

BUREAU OF TENNCARE/HCFA-PROVIDER REGISTRATION MGR.

BURNS SERVICES, INC.

BURR & COLE CONSULTING ENGINEERS, INC.

BURRESS ROOFING COMPANY, INC.

BURWIL CONSTRUCTION COMPANY, INC.

BUTLER CONCRETE SERVICES, LLC

BYRD SURVEYING, INC.

C & H COMMERCIAL CONTRACTORS, INC.

C & M BUILDERS, INC.

C & S DOZER AND TRACKHOE

C & W SPECIALTIES, INC.

C G INSTALLATIONS

C S 3, INC.

C. LANEY AND SONS CONSTRUCTION, INC.

C. MARK HENLEY

C.G.I. ELECTRIC

C.O. CHRISTIAN AND SONS COMPANY

CA EARLY CHILDHOOD EDUCATION CENTER

CABLE TEL SERVICES, INC.

CALDWELL FENCE ERECTION CO., INC.

CALVARY BAPTIST PRESCHOOL

CALVARY CHAPEL BRENTWOOD

CALVARY CHAPEL DICKSON

CALVARY CHAPEL FRANKLIN

CALVARY CHRISTIAN SCHOOL

CALVARY CHRISTIAN SCHOOL ACADEMY DAYCARE

CALVARY EPISCOPAL CHURCH

CAMBRIDGE COLLEGE REGIONAL CENTER MEMPHIS

CAMCOR, INC.

CAMDEN POLICE DEPARTMENT- CP

CAMPBELL CO. BOARD OF EDUCATION

CAMPBELL CO. GOVERNMENT

CAMPBELL COUNTY CHILDREN'S CENTER

CAMPBELL COUNTY SHERIFF'S OFFICE-CP

CAMPBELL THERAPY CENTER, LLC

CAMPBELL, INC.

CAMPBELL, INC.

CAMPUS KIDS CORNER

CAMPUS SCHOOL

CAN DO KIDS PEDIATRIC THERAPY SERVICES,LLC

CANDIES CREEK ACADEMY PRESCHOOL

CANNON & CANNON, INC

CANNON CO. BOARD OF EDUCATION

CAPITAL FIRE PROTECTION

CAPITOL INSULATION

CAPSTONE EDUCATIONAL GROUP, INC.

CARDEN COMPANY, INC.

CARE OF SAVANNAH, INC.

CARE PROVIDERS, LLC

CAREALL HOME CARE SERVICES

CAREALL PERSONAL SERVICES, INC.

CAREERS 4U VOCATIONAL COUNSELING SERVICES

CAREFIRST, LLC

CAREGIVER OF TENNESSEE

CAREGIVERS AT HOME

CARING HEARTS HOME HEALTHCARE, LLC

CARLOS LEWIS & SONS HOUSEMOVERS

CARNEY MASONRY, INC.

CARROLL ACADEMY

CARROLL CO. BOARD OF EDUCATION

CARROLL COUNTY OFFICE ON AGING

CARSON-NEWMAN UNIVERSITY

CARTER CO. BOARD OF EDUCATION

CARTER GROUP,LLC

CARWILE MECHANICAL CONTRACTORS, INC.

CASA DEI MONTESSORI

CASA INC. OF NASHVILLE

CASA OF BRADLEY COUNTY TENNESSEE

CASA OF DICKSON COUNTY

CASA OF MEMPHIS AND SHELBY CO., INC.

CASCADE WATER SERVICES, INC.

CASTLE OF CARE LLC

CATALYST DESIGN GROUP

CATALYST HEALTH SOLUTIONS, LLC

CATAPULT LEARNING

CATHOLIC CHARITIES OF MEMPHIS

CATHOLIC CHARITIES OF TN, INC

CEC ELECTRICAL CONTRACTORS, INC.

CEDAR SPRINGS WEEKDAY SCHOOL

CEDAR VIEW CHRISTIAN SCHOOL

CEDARS PREPARATORY ACADEMY

CEILDECK CORPORATION

CEILINGS, ETC., INC.

CENTER FOR LIVING AND LEARNING, INC.

CENTER FOR THE ARTS, INC

CENTER LINE ELECTRIC, INC.

CENTER OF HOPE

CENTER OF HOPE

CENTRAL BAPTIST PRESCHOOL AND KINDERGARTEN

CENTRAL BAPTIST SCHOOL

CENTRAL CHRISTIAN ACADEMY

CENTRAL CHURCH OF CHRIST

CENTRAL CHURCH, INC.

CENTRAL KNOX, INC.

CENTURY FIRE PROTECTION, LLC

CFI INSULATION

CG MASONRY COMPANY, LLC

CGI ELECTRIC

CHANCELIGHT BEHAVIORAL HEALTH

CHANGE IS POSSIBLE

CHAPEL HEALTH PARTNERS, LLC

CHAPEL HILL CHRISTIAN ACADEMY

CHARLES A. WELLS SALES CO., INC.

CHARLES BLALOCK & SONS, INC.

CHARLES DEWEESE CONSTRUCTION, CO., INC.

CHARLIE IRWIN PAINTING, LLC

CHARLOTTE HEIGHTS CHURCH OF CHRIST

CHATTANOOGA GIRLS LEADERSHIP ACADEMY

CHATTANOOGA AUTISM CENTER, INC.

CHATTANOOGA CHARTER SCHOOL OF EXCELLENCE

CHATTANOOGA CHRISTIAN SCHOOL

CHATTANOOGA FC FOUNDATION

CHATTANOOGA GOODWILL INDUSTRIES, INC.

CHATTANOOGA PARKS AND RECREATION DEPARTMENT

CHATTANOOGA POLICE DEPT-PAMELA TALLEY-HICKMAN-CP

CHATTANOOGA PREPARATORY SCHOOL

CHATTANOOGA PROFESSIONAL PAINTERS

CHATTANOOGA RECOVERY CENTER

CHATTANOOGA STATE COMMUNITY COLLEGE

CHATTANOOGA SYMPHONY AND OPERA

CHATTANOOGA THEATRE CENTRE

CHATTANOOGA-HAMILTON COUNTY PUBLIC EDUCATION FUND

CHC MECHANICAL CONTRACTORS, INC.

CHEATHAM CO. BOARD OF EDUCATION

CHEATHAM COUNTY LIONS CLUB

CHEM AQUA

CHEM TREAT, LLC

CHEROKEE HEALTH SYSTEMS

CHERRY LAND SURVEYING, INC.

CHESS NINJA, LLC.

CHESTER CO. BOARD OF EDUCATION

CHILD ADVACACY CENTER 23RD JUDICIAL DISTRICT

CHILD ADVOCACY CENTER 31ST JUDICIAL DISTRICT

CHILD ADVOCACY CENTER 3RD JUDICIAL DISTRICT

CHILD ADVOCACY CENTER 9TH JUDICIAL DISTRICT

CHILD ADVOCACY CENTER OF ANDERSON CO. TN., INC.

CHILD ADVOCACY CENTER OF RUTHERFORD COUNTY

CHILD ADVOCACY CENTER, 12TH DISTRICT

CHILD ADVOCACY CENTER, 15TH DISTRICT

CHILDREN & FAMILY SERVICES, INC.

CHILDREN ARE PEOPLE, INC.

CHILDREN FIRST, A MONTESSORI COMMUNITY

CHILDREN'S ADVOCACY CENTER 1ST JUDICIAL DISTRICT

CHILDREN'S ADVOCACY CENTER OF HAMILTON COUNTY

CHILDREN'S ADVOCACY CENTER OF SULLIVAN COUNTY

CHILDREN'S CANCER ASSOCIATION

CHILDREN'S CENTER OF THE CUMBERLANDS

CHOICE MEDICAL, INC.

CHOSEN VESSEL MINISTRIES

CHOTA COMMINITY HEALTH SERVICES

CHRIS MILLER BACKHOE SERVICE

CHRIS MULLINS COMPANY, LLC

CHRIS WOODS CONSTRUCTION CO, INC.

CHRIST CHILDRENS ACADEMY

CHRIST CLASSICAL ACADEMY

CHRIST LIFE ACADEMY

CHRIST METHODIST DAY SCHOOL

CHRIST PRESBYTERIAN ACADEMY PRESCHOOL

CHRIST THE KING LUTHERAN PRESCHOOL

CHRIST THE KING SCHOOL

CHRIST TRINTY CHRISTIAN ACADEMY

CHRIST UNITED METHODIST CHURCH

CHRIST UNITED METHODIST CHURCH

CHRISTIAN ACADEMY OF CAMPBELL COUNTY

CHRISTIAN ACADEMY OF KNOXVILLE

CHRISTIAN ACADEMY OF THE CUMBERLANDS

CHRISTIAN ACADEMY OF THE SMOKIES

CHRISTIAN BROTHERS UNIVERSITY

CHRISTIAN CHURCHES DISABILITY MINISTRY

CHRISTIAN COMMUNITY SCHOOLS

CHRISTIAN PSYCHOLOGICAL CENTER, INC.

CHRIST'S LEGACY ACADEMY

CHS THERAPY- CONTINUING HEALTHCARE SOLUTIONS

CIMPLE SOLUTIONS, INC.

CINTAS FIRST AID & SAFETY

CIRCLES OF SUCCESS LEARNING ACADEMY

CIRCUIT COURT OF MAURY CO.-BB

CITIZEN'S FOR COMMUNITY VALUES, INC.

CITY OF ALCOA- MUNICIPALITY EMPLOYEE

CITY OF BRENTWOOD POLICE DEPARTMENT

CITY OF CHATTANOOGA, HUMAN RESOURCES

CITY OF CLEVELAND HR DEPT.-ME

CITY OF COVINGTON -BP

CITY OF DICKSON SENIOR CITIZEN CENTER

CITY OF ELIZABETHTON

CITY OF FAYETTEVILLE

CITY OF GALLATIN

CITY OF HARRIMAN-BEER PERMITS

CITY OF HOHENWALD

CITY OF JACKSON TENNESSEE

CITY OF JACKSON-BEER PERMITS

CITY OF JEFFERSON -FP

CITY OF JOHNSON CITY TN- HR

CITY OF KINGSPORT

CITY OF KNOXVILLE- CITY EMP-SAMUEL B. HENARD

CITY OF KNOXVILLE FIRE DEPARTMENT

CITY OF LEBANON- POLICE DEPT. BEER PERMITS

CITY OF MCMINNVILLE

CITY OF MEMPHIS PERMITS OFFICE

CITY OF MEMPHIS, HR DIVISION

CITY OF MEMPHIS-DIVISION OF HUMAN RESOURCES

CITY OF MILLERSVILLE

CITY OF MUNFORD- BP

CITY OF MURFREESBORO

CITY OF MURFREESBORO- ME

CITY OF NIOTA- BEER PERMITS

CITY OF NIOTA- MUNICIPAL GOVERNMENT

CITY OF PIGEON FORGE-BP

CITY OF WHITE HOUSE

CITY YEAR, INC

CIVIL & ENVIRONMENTAL CONSULTANTS, INC.

CIVIL CONSTRUCTORS, LLC

CIVIL SITE DESIGN GROUP, PLLC

CLAIBORNE CO. BOARD OF EDUCATION

CLARA BUTLER NURSING & PERSONAL CARE SERVICES

CLARK CRANE RENTAL, LLC

CLARKLAND LAWN CARE

CLARKSVILLE ACADEMY

CLARKSVILLE AREA URBAN MINISTRIES SAFE HOUSE

CLARKSVILLE CHRISTIAN SCHOOL

CLARKSVILLE MONTGOMERY CO COMM ACTION AGENCY

CLARKSVILLE POLICE DEPARTMENT-CP

CLARKSVILLE-MONTGOMERY CO SCHOOL DIST

CLASSIC CONCRETE FORMING, LLC

CLAY CO. BOARD OF EDUCATION

CLAYTON-BRADLEY STEM ACADEMY

CLEAN-TECH

CLEARLINE NETWORKS

CLEVELAND CHRISTIAN SCHOOL

CLEVELAND CITY SCHOOLS

CLEVELAND FIRE DEPARTMENT

CLEVELAND MFG. CO., INC

CLIMER CONCRETE SERVICE

CLINCH-POWELL RC&D

CLINTON CITY SCHOOLS

CLINTON POLICE DEPARTMENT

CLINTON POLICE DEPARTMENT- BEER PERMITS

CLINTON POLICE DEPARTMENT- CP

CLP RESOURCES, INC.

CLUB Z IN- HOME TUTORING

CME-SYSTEMS, INC.

CMG CONTRACTORS, INC.

CMG PAINTING, INC.

CMI HEALTHCARE SERVICES

CMTA ENGINEERS, INC.

COAL CREEK IRON WORKS, INC

COALITION FOR KIDS, INC.

COCA COLA BOTTLING COMPANY

COCA-COLA ENTERPRISES

COCKE CO. BOARD OF EDUCATION

COCKE COUNTY RECREATION DEPARTMENT

COCKRELL BANANA COMPANY

COCKRILL DESIGN & PLANNING, INC.

COFFEE CO. BOARD OF EDUCATION

COFFEE COUNTY 911- CP

COFFEE COUNTY CHILDREN'S ADVOCACY CENTER

COLEMAN HOME, INC.

COLEMAN'S SCHOOL PICTURES, INC.

COLLIER ENGINEERING COMPANY, INC.

COLLIER ROOFING CO,INC

COLLIERVILLE HIGH SCHOOL LACROSSE BOOSTERS

COLLIERVILLE SCHOOLS

COLOR CREW PAINTING PLUS

COLUMBIA ACADEMY PRESCHOOL

COMCARE, INC.

COMER ELECTRIC COMPANY, INC.

COMMERCIAL GLASS & MIRROR, INC

COMMERCIAL GLASS SERVICES, INC.

COMMERCIAL INSTALLATION, LLC

COMMERCIAL PAINTING, INC.

COMMON GROUND COOPERATIVE

COMMONWEALTH BLINDS AND SHADES, INC.

COMMUNICATION CONSULTANTS, INC.

COMMUNICATIONS RESOURCES, INC.

COMMUNITY ANTI-DRUG COALITION JACKSON CO

COMMUNITY BEHAVIORAL SERVICES LLC

COMMUNITY CHRISTIAN ACADEMY

COMMUNITY CHRISTIAN DAY SCHOOL

COMMUNITY DEVELOPMENT CENTER

COMMUNITY HEALTH OF EAST TENNESSEE

COMMUNITY HOME CARE LLC

COMMUNITY SYSTEMS

COMMUNITY TECTONICS ARCHITECTS

COMMUNITY TECTONICS ARCHITECTS, INC.

COMMUNITY TRANSITION NURSE CARE MANAGER, LLC

COMPANION PLUS

COMPASS INTERVENTION CENTER

COMPASSIONATE HOME CARE

COMPETITION ATHLETIC SURFACES, INC.

COMPREHENSIVE EARLY AUTISM SERVICES,LLC

COMPREHENSIVE MEDICAL STAFFING, INC.

COMPREHENSIVE PROFESSIONAL SERVICES

COMPTROLLER OF THE TREASURY-LELA SHADRICK

COMPUTER PROFESSIONALS, INC.

COMPUTER SUPPORT SERVICES CORPORATION

COMPUTER SUPPORT SYSTEMS, INC.

COMSA CONSTRUCTION

COMSERV SERVICES, LLC

CONCORD ACADEMY

CONCRETE CUTTING SYSTEMS, INC.

CONEXION AMERICAS

CONRAD FLOORS, INC.

CONSTRUCTION & RENOVATIONS BY RLI

CONSTRUCTION PLUS INC.

CONSULATE HEALTH CARE OF CHATTANOOGA

CONTRACT CARPET SALES COMPANY, INC.

CONTRACT FURNITURE ALLIANCE, INC.

CONTROLLED WATER SYSTEMS, INC.

COOKEVILLE FIRE DEPARTMENT

COOKEVILLE GLASS & MIRROR, INC.

COOKEVILLE POLICE DEPARTMENT- CP

COOKEVILLE POLICE DEPARTMENT-VH

COOKEVILLE SHEET METAL, INC.

COOK'S PEST CONTROL/ JACKSON

COOL SPRINGS LOCK & KEY

COOL SPRINGS MONTESSORI

COOPER GLASS CO., LLC

COOPER STEEL FABRICATORS INC.

COOPERTOWN POLICE DEPARTMENT

CORDOVA CHRISTIAN ACADEMY

CORNERSTONE ACADEMY

CORNERSTONE LEARNING CENTER LLC.

CORNERSTONE PEDIATRIC THERAPIES LLC

CORRECTIONAL MANAGEMENT SYSTEMS,LLC.

COTTRELL ELECTRIC CO., INC.

COUNTRY VIEW ESTATES

COUS, LLC dba SOCCER SHOTS

COVENANT ACADEMY

COVINGTON FLOORING COMPANY, INC.

CRAFTY CHARACTERS

CREATIVE ENTERTAINMENT GROUP

CREATIVE LIFE PREPARATORY SCHOOL

CREATIVE MASONRY INC.

CREATIVE STRUCTURES, INC.

CREEKSIDE BEHAVIORAL HEALTH

CREEKSIDE RETREAT

CROCKETT CO. BOARD OF EDUCATION

CROCKETT CO. OFFICE ON AGING, INC.

CROSSROADS ACADEMY

CROSSROADS CHRISTIAN ACADEMY

CROSSROADS TREATMENT CENTERS

CROSSTOWN HIGH CHARTER SCHOOL

CROSSVILLE CHRISTIAN SCHOOL

CROUCH EXCAVATING & GRADING, LLC

CROWDER CONSTRUCTION GROUP LLC

CROWN ELECTRIC INC

CSI OF THE SOUTHEAST, INC.

CSS COATINGS COMPANY, INC.

C-TECH, INC.

CULLEY MECHANICAL SERVICES,LLC

CUMBERLAND ARCHITECTURAL MILLWORK, INC

CUMBERLAND CO. SCHOOLS

CUMBERLAND ENVIRONMENTAL RESOURCES COMPANY

CUMBERLAND MOUNTAIN INDUSTRIES, INC.

CUMBERLAND REHABILITATION SERVICES

CUMBERLAND UNIVERSITY

CUNNINGHAM ACOUSTICAL & RESILIENT

CURREY INGRAM ACADEMY- TERRI MILLS

CURTIS BUILDERS, LLC

CURTIS ELECTRIC INC.

CUSTOM FLOORS

CUSTOM ORNAMENTAL IRON, INC.

CUSTOM RECREATION

CUSTOMIZED MEDICAL NEEDS

CWK NETWORK, INC.

D & H ELECTRONIC SYSTEMS, INC.

D & M CONTRACT FLOORING, INC.

D & M FENCE

D WEST SENIOR HOME CARE

D&D ENTERPRISES PLUMBING & ELECTRICAL, INC.

D. NICKELL CO., LLC

D.F. CHASE, INC.

DAIKIN APPLIED AMERICAS INC.

DALE & DALE, INC.

DALE INCORPORATED

DALE INSULATION

DAMON-MARCUS COMPANY

DAN WEAVER SERVICES

DANCING LITTLE STARS,LLC

DANDRIDGE POLICE DEPARTMENT

DANLEY FOOD SERVICE DESIGN, INC.

DANNY DAVIS CONTRACTORS

DARCI DREAMSCAPES

DARIOUS HARDIN HEATING & AIR, INC.

DARREN BATES MOBILE DISC JOCKEY

DATA NETWORK SYSTEMS, INC.

DAUGHRITY EXCAVATING & TRUCKING, LLC

DAVID PHILLIPS MASONRY,LLC

DAVIDSON ACADEMY EXTENDED CARE PROGRAM

DAVIDSON CO. JUVENILE COURT

DAVIDSON CO. SHERIFF'S OFFICE - CP

DAVIDSON CO. SHERIFF'S OFFICE- BOUNTY HUNTERS

DAVIS SUPPORTIVE LIVING HOME INC.

DAYBREAK TREATMENT CENTER/PARTIAL HOSPITAL SYSTEMS

DAYSPRING ACADEMY

DAYTON CITY SCHOOLS

DAYTON POLICE DEPARTMENT-CP

DE LA SALLE ELEMENTARY AT BLESSED SACRAMENT PARISH

DEAF CONNECT

DEBT MANAGEMENT SERVICES PROVIDER

DECATUR CO. BOARD OF EDUCATION

DEDICATED NURSING ASSOCIATES, INC.

DEKALB CHRISTIAN ACADEMY

DEKALB CO. BOARD OF EDUCATION

DEKALB COUNTY MAYOR'S OFFICE-BEER PERMITS

DEL-AIR MECHANICAL CONTRACTORS, INC.

DELTA ELECTRICAL, INC.

DELTA STAGE LIGHTING, INC.

DELTA T GROUP , INC

DELTA/UNITED SPECIALTIES, INC.

DEMAND MECHANICAL, LLC

DEMO PLUS, INC.

DEMPSEY, DILLING & ASSOCIATES, P. C.

DENARK CONSTRUCTION, INC.

DENNIS ELECTRIC, INC.

DENNY'S LAWN & LANDSCAPING

DEPARTMENT OF REVENUE- FEDERAL TAX INFORMATION

DEPT OF FINANCE FEDERAL TAX INFORMATION

DEPT OF LABOR AND WORKFORCE FEDERAL TAX INFO.

DEPT. INTELLECTUAL & DEVELOPMENTAL DISABILITIES

DEPT. OF SAFETY-HR DIVISION-JENNIFER BOYD

DESCON, INC.

DESIGN INNOVATION ARCHITECTS

DESIGNER PAINT PROS INC.

DEVELOPMENTAL SERVICES OF DICKSON COUNTY

DEW TERMITE AND PEST CONTROL, LLC

DIAMOND HILLS, INC.

DIAMOND STRIPING

DICKSON CO. BOARD OF EDUCATON

DICKSON COUNTY 911 COMMUNICATIONS CENTER

DICKSON COUNTY CIRCUIT COURT CLERKS OFFICE

DICKSON PAINT & FLOORING, CO.

DIDD- PROVIDER

DIGITAL CONNECTIONS INC.

DIGITAL GROUP,LLC

DIGNITY LIVING, LLP

DILLARD CONSTRUCTION, INC.

DIR OF ED STUDENT SVCS, UT MARTIN

DISABILITY RESOURCE CENTER

DISCOVER SPEECH THERAPY

DISTRIBUTION DEPT. OF PURITY DAIRIES, LLC

DISTRICT ATTORNEY GENERAL- 2ND JUDICIAL DISTRICT

DISTRICT ATTORNEY GENERAL'S OFFICE-13TH

DISTRICT ATTORNEY'S OFFICE 14TH JUDICIAL DISTRICT

DITTO COATINGS, INC

DIVERSIFIED BUILKING GROUP, LLC

DIVERSIFIED MANAGEMENT SERVICES, LLC

DIVISION OF TENNCARE FTI- ATTN: PANSY LEECH

DIXIE LITE-TROL COMPANY

DIXIE ROOFING, INC.

DIXIELAND CONSTRUCTION LLC

DODD ELECTRIC, INC.

DOMESTIC VIOLENCE PROGRAM, INC.

DON KENNEDY ROOFING

DONELSON CHRISTIAN ACADEMY PRESCHOOL

DOORS UNLIMITED

DOORS UNLIMITED, LLC.

DOSS BROTHERS, INC.

DOSTER CONSTRUCTION COMPANY

DOUGLAS CHEROKEE ECONOMIC AUTHORITY, INC.

DOUGLAS COOPERATIVE

DOWDLE CONSTRUCTION GROUP

DOWN TO EARTH SERVICES, LLC

DRAIN CONSTRUCTION COMPANY

DSE ERECTORS, INC.

DUNN ELECTRICAL SERVICE, INC.

DURACAP ASPHALT PAVING CO., INC.

DWM COMPANIES OF MS,INC.

DYER CO. BOARD OF EDUCATION

DYER COUNTY OFFICE ON AGING

DYERSBURG CITY SCHOOLS

DYNABODY FITNESS EQUIPMENT, INC.

DYNAMIC SPORTS CONSTRUCTION, INC.

DYNAMIS INC.

E & T CONTRACTING, LLC

E & W ELECTRICAL

E SOLUTIONS FOR BUILDINGS, LLC

E. LUKE GREENE COMPANY, INC.

E.S. DOCKERY, INC.

E3 INNOVATE, LLC

EADS CX

EAGLE HOME CARE, LLC

EARTHADELIC ENTERPRISES, LLC

EARTHGRAINS / SARALEE

EAST BRAINERD BAPTIST CHURCH

EAST BRENTWOOD PRESBYTERIAN CHURCH

EAST RIDGE POLICE DEPARTMENT

EAST TENNESSEE CHILDREN'S HOSPITAL

EAST TENNESSEE CONCRETE

EAST TENNESSEE CONSTRUCTION SERVICES, INC.

EAST TENNESSEE FENCE COMPANY

EAST TENNESSEE HUMAN RESOURCE AGENCY

EAST TENNESSEE SPRINKLER COMPANY

EAST TENNESSEE STATE UNIVERSITY

EAST TENNESSEE STATE UNIVERSITY CAMPUS RECREATION

EAST TENNESSEE STATE UNIVERSITY-COM OUTREACH

EASTERN CORPORATION

EBERHART ELECTRIC

ED CARD MASONRY

EDCO STEEL ERECTORS

EDISON ELECTRIC

EDUCATIONAL TOURING THEATRE

EDUTECH, INC.

EDWARDS & HOTCHKISS ARCHITECTS, PC

ELECTRIC MEDIC, INC

ELECTRICAL/ONICS

ELECTRONIC CONTROLS, INC.

ELITE CHILD CARE CENTER

ELITE CONTRACTORS GROUP

ELITE ROOFING COMPANY

ELITE SPECIALTY STAFFING, LLC.

ELITE STORAGE PRODUCTS

ELIZABETHTON CITY SCHOOLS

ELIZABETHTON POLICE DEPARTMENT- CP

ELLINGTON AGRICULTURE CENTER- CP

ELLIS HEATING CO., INC.

ELLISTON BAPTIST CHURCH DAY-CARE/ACADEMY

ELMINGTON ELEVATES

ELNSTRUCTION CORPORTION

EMERALD YOUTH FOUNDATION

EMJ CORPORATION

EMMANUEL UNITED METHODIST KINDERGARTEN

EMORY VALLEY CENTER

ENA

ENABLR THERAPY LLC

ENEL X FIELD SERVICES

ENERFAB POWER AND INDUSTIRAL

ENERGY ELECTRIC, INC.

ENERGY SYSTEMS GROUP

ENERNOC, INC.

ENGERT PLUMBING & HEATING, INC.

ENGINEERING & TESTING SOLUTIONS, LLC

ENGINEERING SERVICES GROUP. INC.

ENGLISH CABINET SHOP, INC.

ENSAFE, INC.

ENSEMBLE RECOVERY ENTERPRISES, LLC

ENTECH ENGINEERING, INC.

ENVIRONMENTAL ABATEMENT, INC.

ENVIRONMENTAL SOLUTIONS INC

ENVIRONMENTAL TEST & BALANCE CO.

ENVISION ADVANTAGE, LLC

EPIC GIRL, LLC.

EPIC LEAPS PROGRAMS

EPISCOPAL SCHOOL OF KNOXVILLE

EQUAL HEART

ERECTION SPECIALISTS, INC.

ERLANGER HEALTH SYSTEM

ERVIN CABLE CONSTRUCTION, LLC

ESSENCE OF HEALTH WELLNESS CLINIC

ESSYX EXHIBITS & DISPLAYS, INC.

ESTHERS MONTESSORI CENTER TNCC39005

ETHOS YOUTH ENSEMBLES

ETOWAH CITY SCHOOLS

ETSU COLLEGE OF CLINICAL & REHAB HEALTH SCIENCES

ETSU- DEPARTMENT OF PUBLIC SAFETY

ETSU DEPARTMENT OF SOCIAL WORK

EVANGELICAL CHRISTIAN SCHOOL

EVANS CONTRACTING COMPANY, INC.

EVANS-AILEY CONSTRUCTION, INC.

EVATT & ASSOCIATES, INC.

EWING/KESSLER. INC.

EXCEL ENERGY GROUP INC.

EXPRESS EMPLOYMENT PROFESSIONALS, CROSSVILLE,TN

EXPRESS EMPLOYMENT PROS

EXPRESS TRANSPORTERS OF THE MIDSOUTH,LLC.

EXPRESSION CITY ARTS & FITNESS

EXTREME LIGHTING & SOUND, LLC.

EXTREME TECHNOLOGIES

EZELL HARDING CHRISTIAN SCHOOL

F. L. CRANE & SONS, INC.

F. L. LAY MASONRY CONTRACTOR, INC.

F.A.D.D.S. ENTERTAINMENT

F.C BOYD CHRISTIAN SCHOOL

F.C. PIZEN CONSTRUCTION

FACILITY INSTALLATION SERVICES, LLC

FACILITY SERVICE, INC.

FACILITY SERVICES MANAGEMENT, INC.

FACILITY SYSTEMS CONSULTANTS, LLC

FACTORY TO YOU FENCE, INC.

FAIN FINANCIAL SERVICES

FAIRVIEW CHRISTIAN ACADEMY

FAITH CHRISTIAN ACADEMY

FAITH CHRISTIAN ACADEMY

FAITH HAVEN ACADEMY

FAITH HOPE AND LOVE FELLOWSHIP

FAITH MIRACLE SANCTUARY CHRISTIAN WORSHIP CENTER

FAMILIES FREE, INC.

FAMILY CHRISTIAN SCHOOL OF JACKSON

FAMILY FIRST MARTIAL ARTS, LLC

FAMILY MATTERS BRADLEY

FAMILY MENDERS

FAMILY SAFETY CTR OF MEMPHIS & SHELBY COUNTY

FAMILY SOLUTIONS

FAMILY TO FAMILY ADULT CARE SERVICE,LLC

FAMILY TREE APPLIED BEHAVIOR ANALYSIS

FAMILY'S CHOICE CAREGIVERS, LLC

FARMINGTON PRESBYTERIAN CHURCH

FAST ELECTRICAL CONTRACTORS, INC.

FAUST MECHANICAL, INC.

FAYETTE ACADEMY

FAYETTE CHRISTIAN SCHOOL

FAYETTE CO. BOARD OF EDUCATION

FAYETTEVILLE CITY SCHOOLS

FAYETTEVILLE LINCOLN COUNTY EC

FEDERAL EQUIPMENT DEALERS, INC.

FEHR HOME CARE CORP.

FELLOWSHIP CONSTRUCTION, INC.

FELTZ THERAPY SERVICES, LLC

FENTRESS CO. BOARD OF EDUCATION

FERRELL PAVING, INC.

FIELDTURF USA, INC.

FIFTYFORWARD

FINCHUM SPORTS FLOORS

FIRE PRO SALES & SERVICE, INC.

FIRE STOP TECHNOLOGIES, INC.

FIRETEAM CORPORATION

FIRST ASSEMBLY CHRISTIAN SCHOOL

FIRST BAPTIST ACADEMY

FIRST BAPTIST CHURCH

FIRST BAPTIST CHURCH CONCORD

FIRST BAPTIST CHURCH OF CLINTON,INC

FIRST BAPTIST CLEVELAND

FIRST CENTENARY UNITED METHODIST CHURCH

FIRST CHRISTIAN CHURCH DISCIPLES OF CHRIST

FIRST CHRISTIAN CHURCH MORRISTOWN

FIRST CHRISTIAN CHURCH OF CLARKSVILLE

FIRST LUTHERAN SCHOOL

FIRST PRESBYTERIAN CHURCH

FIRST PRESBYTERIAN CHURCH, EARLY PRESCHOOL

FIRST PRESBYTERIAN CHURCH, GREENVILLE TN

FIRST STEP RECOVERY CENTERS

FIRST STEPS, INC.

FIRST TENNESSEE AREA AGENCY ON AGING AND DISABILITY

FIRST UNITED METHODIST CHURCH, BOLIVAR

FIRST UNITED METHODIST CHURCH, SWEETWATER

FIRST UNITED PENTECOSTAL CHURCH

FISHER CONSTRUCTION CO., INC.

FLEENOR SECURITY SYSTEMS, INC.

FLEMING ARCHITECTS

FLINTCO, LLC

FLINTCO, LLC.

FLOZONE SERVICES, INC.

FOOD EQUIPMENT SERVICES CO., INC.

FOOTHILLS FARMERS COOPERATIVE

FORD CONSTRUCTION COMPANY

FORESTWOOD FARM,INC.

FORMOSA FOODS, DIVISION OF CHOICE FOODS

FORMUS, INC.

FOSSETT PAVING CO., LLC

FOSTER GRANDPARENT PROGRAM

FOSTER GRANDPARENT PROGRAM OF FIRST TN HRA

FOUNDATION SYSTEMS ENGINEERING, P.C.

FOUNDATIONS PRESCHOOL

FOUR SEASONS HEATING AND AIR CONDITIONING, INC.

FOUR SEASONS INC.

FOUR STAR PAVING LLC

FRANKLIN BUILDERS,INC.

FRANKLIN CO. SCHOOLS

FRANKLIN DRYWALL, INC.

FRANKLIN POLICE DEPARTMENT- CP

FRANKLIN POLICE DEPARTMENT- VH

FRANKLIN ROAD ACADEMY EXTENDED DAY PROGRAM

FRANKLIN ROAD CHRISTIAN PRESCHOOL

FRANKLIN SPEC SCHOOL DISTRICT

FRANKLIN SPEECH & LEARNING CENTER

FRAYSER COMMUNITY SCHOOLS

FRAZIER ROOFING & SHEET METAL CO., INC.

FREED-HARDEMAN UNIVERSITY

FREEDOM CHRISTIAN ACADEMY

FREEDOM CO-OP, INC

FREEDOM PREPARATORY ACADEMY

FREEMAN MASONRY

FRESHPOINT NASHVILLE

FRIENDS LIFE COMMUNITY

FRIENDSHIP BAPTIST CHURCH

FRIENDSHIP CHRISTIAN SCHOOL

FROST ENVIORNMENTAL SERVICES, LLC

FTM CONTRACTING

FULFILLMENT HEALTHCARE SERVICES,INC.

FULMER CONCRETE FINISHING CO., INC.

FUNCTIONAL INDEPENDENCE HOME CARE

FUNDERBURK ELECTRICAL SERVICES, LLC

FUNTIME LEARNING CENTER

FUTURE LEADERS LEARNING CENTER

G L A INSTALLATIONS

G W WYATT CONTRACTING, LLC

G. M. CONSTRUCTION, INC.

G. R. INDUSTRIAL

G.S. STEEL ERECTION, INC.

GALBREATH BROTHERS PLUMBING CO., INC.

GALLAHER & ASSOCIATES, INC.

GALLATIN POLICE DEPARTMENT

GARDEN MONTESSORI SCHOOL

GARDNER PAINT SERVICES, INC.

GARRETT PLUMBING & HEATING COMPANY, INC.

GARVER BUILDERS, LLC

GASKINS CONSTRUCTION COMPANY, LLC

GATE COMMUNICATIONS

GATEWAY UNIVERSITY

GAYLOR EXCAVATING & HAULING

GCS, INC.

GEAR UP

GENE COX MECHANICAL CONTRACTOR, INC

GENERATIONS CENTER OF SPENCER

GENERATIONS CHRISTIAN ACADEMY

GENERATIONS GAITHER'S, INC.

GENE'S HOUSE OF CARPET

GENESIS LEARNING CENTERS

GENESIS REHAB SERVICES

GENTRY & PAINTER, INC.

GENTRY'S EDUCATIONAL FOUNDATION

GEORGE A. CLANTON CONSTRUCTION COMPANY

GEORGE ARMOUR EWART, ARCHITECT

GEOSERVICES, LLC

GEOTHERMAL SOLUTIONS, LLC

GERMANTOWN BAPTIST CHURCH LEARNING CENTER

GERMANTOWN MUNICIPAL SCHOOL DISTRICT

GESTALT COMMUNITY SCHOOLS

GIBBS BROTHERS CONSTRUCTION, INC.

GIBSON CO. SCHOOL DISTRICT

GIBSON PAVING, INC.

GILES CO. ADULT-ORIENTED EST BRD

GILES CO. BOARD OF EDUCATION

GILES CO. GOVERNMENT

GILES COUNTY CLERK- BP

GILLIAM INCORPORATED

GILLMANN SERVICES

GILT EDGE VOLUNTEER FIRE DEPARTMENT

GIPSON MECHANICAL CONTRACTORS, INC.

GIPSON MECHANICAL CONTRACTORS, INC.

GIRLS INCORPORATED OF CHATTANOOGA

GIRLS INCORPORATED OF MEMPHIS

GIRLZLIFE EMPOWERMENT PROGRAM

GIVING TREE MONTESSORI SCHOOL

GLASS MACHINERY & EXCAVATION

GLENN E. MITCHELL & CO., INC.

GLOBAL THERAPIES

GLORIA DEI PRESCHOOL

GODDARD INDUSTRIAL, INC.

GOINS RASH CAIN, INC.

GOLDEN YEARS CARE HOME

GOLDEN'S ADULT DAY CARE, LLC

GOLDING MECHANICAL SERVICES, INC

GOOD SAMARITAN MINISTRIES

GOOD SAMARITAN SOCIETY-FAIRFIELD GLADE

GOOD SHEPHERD CHILD CENTER, LLC

GOOD SHEPHERD RESIDENTIAL SERVICES, INC.

GOODLETTSVILLE CHURCH OF CHRIST MOTHERS DAY OUT

GOODPASTURE CHRISTIAN SCHOOL /ATT RICKY PERRY

GOODWILL EXCEL CENTER MIDSOUTH

GOODWILL INDUSTRIES OF MIDDLE TENNESSEE

GOODWILL INDUSTRIES OF MIDDLE TN.

GOODWILL INDUSTRIES-KNOXVILLE, INC.

GORDON FOOD SERVICE

GOULD TURNER GROUP, P.C.

GRACE BAPTIST ACADEMY

GRACE BAPTIST CHILDREN'S CENTER

GRACE BAPTIST CHURCH OF PLEASANT VIEW, TN., INC.

GRACE BAPTIST MOTHERS DAY OUT

GRACE CHRISTIAN ACADEMY

GRACE COVENANT CHURCH/ EARLY CHILDHOOD

GRACE GIVERS HOME CARE, LLC.

GRACE HOUSE OF MEMPHIS,INC.

GRACE KIDS WEEKDAY PRESCHOOL & AFTERSCHOOL

GRACE LAND RECOVERY

GRACE POINT CHURCH

GRACE REHABILITATION CENTER, INC.

GRACE THERAPY GROUP, LLC

GRACE-ST. LUKE'S EPISCOPAL SCHOOL

GRADE A CONSTRUCTION LLC

GRAINGER CO. BOARD OF EDUCATION

GRANVILLE T. WOODS ACADEMY OF INNOVATION CHARTER SCHOOL

GRAVES AND GRAVES CONSTRUCTION COMPANY INC.

GRAVITY NETWORKS, LLC

GRAYBAR ELECTRIC COMPANY, INC.

GRAYSON BUILDING SERVICES

GREAT ADVENTURE CHILDCARE

GREAT AMERICAN OPPORTUNITIES, INC.

GREATER CHATT CHRISTIAN SERVICES

GREATER KINGSPORT FAMILY, YMCA, INC.

GREATER MEMPHIS ADVENTIST ACADEMY

GREATER THINGS CHRISTIAN ACADEMY

GREEN DOT PUBLIC SCHOOLS TENNESSEE

GREEN FIRE PROTECTION, INC.

GREEN HILLS CHILD DEVELOPMENT

GREEN/SPACES

GREENE CO CHRISTIAN SCHOOL AND DAYCARE CENTER

GREENE CO. BOARD OF EDUCATION

GREENE COUNTY 911

GREENEVILLE ADVENTIST ACADEMY

GREENEVILLE CITY SCHOOLS

GREENEVILLE POLICE DEPARTMENT

GREENLEACH HVAC & PLUMBING, INC.

GRINDER BUILDING CORPORATION

GRINDER, TABER & GRINDER, INC.

GROUND PENETRATING RADAR SYSTEMS, INC.

GROUP EFFORT OF TENNESSEE

GROUP ELECTRIC CO., LLC

GROW ACADEMY

GRUNDY COUNTY BOARD OF EDUCATION

GRUNDY COUNTY E-911

GUARDIAN COMMUNITY LIVING, LLC

GUARDIAN GARAGE FLOORS, LLC

GUARDIAN PERSONAL CARE SERVICES, LLC.

GUARDIAN-IPCO, INC.

GUIDED STEPS HEALTHCARE

GUNTER CONSTRUCTION ROOFING, INC.

GUY CARE SERVICE

GW CONTRACTING

H & H PARAMEDICAL SERVICES

H & M LANDSCAPING

H.E.B. HEATING & COOLING, INC.

H3 THERAPY, PLLC

HABILITATION & TRAINING SERVICES, INC.

HALE CONSTRUCTION, INC.

HALL CONSTRUCTION, LLC

HAMBLEN CO. BOARD OF EDUCATION

HAMILTON CO. BOARD OF EDUCATION

HAMILTON CO. EMERGENCY MEDICAL SERVICES

HAMILTON CO. SHERIFF'S OFFICE- BOUNTY HUNTERS

HAMILTON COUNTY GOVERMENTS-CE

HAMILTON COUNTY SHERIFFS OFFICE-CP

HAMILTON HEIGHTS CHRISTIAN ACADEMY

HANCOCK CO. BOARD OF EDUCATION

HANDICAP OF JACKSON LLC

HANDS OF TIME EARLY CHILDHOOD EDUCATION ACADEMY

HANDS ON NASHVILLE, INC.

HANDS ON WITH ZIG

HANNAH'S HOPE

HAPPY HAVEN HOMES,INC.

HAPPY HEARTS HOME CARE LLC

HARBOR HOUSE INCORPORATED

HARDAWAY CONSTRUCTION CORP.

HARDCASTLE CONSTRUCTION, LLC

HARDEMAN CO. BOARD OF EDUCATION

HARDIN CO. BOARD OF EDUCATION

HARDIN COUNTY YOUTH SERVICES

HARDING ACADEMY

HARDING ACADEMY OF MEMPHIS, INC.

HARLAN ELECTRIC COMPANY, INC.

HARMONY FAMILY CENTER, INC.

HARPETH MONTESSORI

HARPOLE FLOORS

HARRIS MECHANICAL CONTRACTORS, INC.

HARRISON CONSTRUCTION COMPANY

HARTER HOLDINGS, LLC

HARVEST BAPTIST CHURCH OF DYERSBURG, INC.

HARWOOD CENTER, INC.

HASTINGS ARCHITECTURE ASSOCIATES, LLC

HAVEN OF HOPE OF DEKALB COUNTY, INC.

HAWKINS CO. BOARD OF EDUCATION

HAYS PLUMBING, HEATING & AIR CONDITIONING, INC.

HAYWARD BAKER, INC.

HAYWOOD CO. BOARD OF EDUCATION

HEALING HEARTS, INC.

HEALTH SPHERE WELLNESS CENTER

HEALTHCARE CONCEPTS SOLUTIONS, INC.

HEALTHY KIDS & TEENS, INC.

HEART AND HOME PERSONAL SUPPORT SERVICES

HEAVENLY HOST LUTHERAN SCHOOL

HEERY INTERNATIONAL, INC.

HEIBERT+ BALL LAND DESIGN

HELTON AND ASSOCIATES, INC.

HENDERSON CO. BOARD OF EDUCATION

HENDERSON COUNTY SHERIFFS OFFICE- CP

HENDERSONVILLE CHRISTIAN ACADEMY

HENDERSONVILLE DAY SCHOOL

HENDERSONVILLE MONTESSORI ACADEMY

HENLEY ROOFING CO., INC.

HENRY CO. BOARD OF EDUCATION

HENRY CO. JUVENILE COURT- CE

HENRY COUNTY BEER BOARD- BP

HENRY DRILLING LLC.

HENSON CONSTRUCTION SERVICES, INC.

HERBI-SYSTEMS, INC.

HERE'S HOPE COUNSELING CENTER

HERFF JONES INC.

HERITAGE BAPTIST CHURCH

HERITAGE CHRISTIAN ACADEMY

HERITAGE CRAFTSMEN, LLC

HERITAGE TILE CO. LLC

HERNANDEZ LANDSCAPING

HERRCO, INC.

HFR DESIGN, INC.

HICKEY PAINTING

HICKMAN CO. BEER BOARD

HICKMAN CO. BOARD OF EDUCATION

HICKORY CONSTRUCTION, INC.

HICKORY HARDSCAPES, LLC.

HICKORY HILL FARM

HICKORY STEEL ERECTORS, LLC

HICKORY VALLEY CHRISTIAN SCHOOL, INC.

HICO CONCRETE, INC.

HIGH HOPES, INC.

HIGHLAND CHRISTIAN ACADEMY

HIGHLAND DAY SCHOOL

HIGHLAND ELEMENTARY SCHOOL

HIGHLAND RIM ACADEMY

HIGHLAND RIM ECONOMIC CORPORATION

HILDERBRAND LTD.

HMK ARCHITECTS, PLLC

HNEDAK BOBO GROUP, INC.

HOBBS & ASSOCIATES, INC.

HODGE ELECTRICAL CONTRACTORS, INC.

H-O-H WATER TECHNOLOGY, INC.

HOILMAN CONSTRUCTION COMPANY, INC.

HOLISTICK RESIDENTIAL SOLUTIONS

HOLLAND CONTRACTORS, INC.

HOLLAND STUDIO OF PHOTOGRAPHY, INC.

HOLLOW ROCK BRUCETON- SPECIAL SCH DIST

HOLLY MOORE, LCSW

HOLSTON UNITED METHODIST HOME FOR CHILDREN

HOLY ROSARY ACADEMY

HOLY ROSARY SCHOOL

HOLY TRINITY LUTHERAN CHURCH

HOLY TRINITY MONTESSORI

HOME CHOICE FLOORING, LLC.

HOME HEALTH CARE OF EAST TN, INC & HOSPICE

HOME HEALTH CARE OF WEST TENNESSEE

HOME HELPERS # 58518

HOME HELPERS OF EAST TN

HOME OF POTENTIAL AND EXCELLENCE

HOME VENT CARE LLC

HOME WITH HOPE, INC.

HOMELIFT, INC.

HOMESAFE INC

HOMESTEAD PEST CONTROL COMPANY, INC.

HOMEWATCH CAREGIVERS

HONEYCUTT STEEL CONSTRUCTION

HONEYHILL HOMECARE, LLC

HONORS LEARNING CENTER

HOODS UNLIMITED, LLC

HOPE AUTISM AND BEHAVIORAL HEALTH SERVICES, LLC

HOPE CENTER ADOPTION AND FAMILY SERVICES

HOPE CLINICAL CARE

HOPE HOUSE DAYCARE INC.

HOPES BRIDGE OF MIDDLE TENNESSEE

HORIZON SOFTWARE INTERNATIONAL

HORN LAKE ROAD LEARNING CENTER

HORST BROTHERS CONSTRUCTION, LLC

HOTEL AND RESTAURANT SUPPLY

HOUSE OF NEW HORIZONS

HOUSTON CO. BOARD OF EDUCATION

HOUSTON COUNTY EMS

HOWARD ELECTRICAL CONTRACTING, INC.

HOWARD INDUSTRIES, INC

HSC BUILDING AUTOMATION & CONTROL

HUMBOLDT CITY SCHOOL DISTRICT

HUMPHREYS CO. BOARD OF EDUCATION

HUNTINGDON SPECIAL SCHOOL DIST

HUNTINGDON TERMITE AND PEST

HUTCHINSON SCHOOL

HUTTON ELECTRIC COMPANY, INC.

HVAC, INC.

HYDRO-TECH, INC.

I AM INVISIBLE BULLYING & SUICIDE

I. C. THOMASSON

ICM ACADEMY

IDEACOM NETWORKS

IDENTITY GROUP HOLDINGS CORP.

IMAGE CONSTRUCTION, INC.

IMAGE LIFE CORPORATION

IMAGINATION STATION LEARNING CENTER, LLC

IMAGINE FOUNDRY

IMMACULATE CONCEPTION CATHEDRAL SCHOOL

IMMACULATE CONCEPTION PRESCHOOL

IMMANUEL LUTHERAN SCHOOL

IMPERIAL HOME HEALTH AND LEISURE CARE, LLC

IMPULSE ELECTRICAL SYSTEMS, INC.

INCARNATION CATHOLIC SCHOOL

INCARNATION PRESCHOOL

INDEPENDENCE REHAB

INDEPENDENT CAULKING AND WATERPROOFING

INDIANA HEALTHCARE SOLUTIONS, LLC.

INDIVIDUAL CONTRACTOR SERVICES

INDUSTRIAL ELECTRIC SERVICES, INC.

INDUSTRIAL STAFFING OF TENNESSEE

INMAN CONSTRUCTION CORP.

INNOVATIVE MODULAR SOLUTIONS, INC.

INNOVATIVE THERAPY SOLUTIONS,PLLC

INSIGHT TRAINING & EDUCATIONAL CENTER, INC.

INSTALLATION SPECIALISTS. LLC

INSTITUTIONAL NETWORK COMMUNICATIONS, LLC

INSTRUCTION PARTNERS

INSULATED ROOFING CONTRACTORS

INSULATED ROOFING SYSTEMS, INC

INSULATING SERVICES, INC KINGSPORT TN DIVISION

INSULATING SERVICES, INC MT. PLEASANT TN DIV.

INSURANCE PRODUCERS

INTEGRATED NETWORKING TECHNOLOGTES, LLC

INTEGRITY HOME HEALTHCARE, LLC

INTEGRITY HOME MEDICAL

INTELLIGENT THERAPY STAFFING, INC.

INTELYCARE, INC.

INTERIM HEALTH CARE OF EAST TN

INTERIOR ELEMENTS, LLC

INTERSTATE AC SERVICE, LLC

INTERSTATE MECHANICAL CONTRACTORS, INC.

INTER-STATE STUDIO

INTREPID COLLEGE PREPARATORY,INC

IRIS ORCHESTRA ,INC.

IRWIN PAINTING COMPANY, INC.

ISENHOUR DOOR PRODUCTS, INC.

I-SYS CORP.

IT'S A GIRLS WORLD

IT'S A SMALL WORLD LEARNING CENTER

IVY ACADEMY CHATTANOOGA

J & F MECHANICAL, INC .

J & J DRYWALL, INC.

J & J HABILITATION SERVICES, LLC.

J & W ROOFING AND SHEET METAL

J M SPECIALTIES, INC.

J P ROSS & CO., INC.

J P ROSS & COMPANY, INC.

J. BREWER CONSTRUCTION

J. CUMBY CONSTRUCTION, INC.

J.A. FIELDEN CO., INC.

J.A. STREET & ASSOC., INC.

J.E. CRAIN & SON

J.E. GREEN COMPANY

J.MARK WALL & CEILING, LLC

J.P. MARKHAM CONSTRUCTION CO.

J.R. GAW PRODUCE CO., INC.

J.S. HAREN COMPANY

JACK HORNSBY ELECTRIC, INC.

JACKSON AREA COUNCIL ON ALCOHOLISM AND DRUG DEPEND

JACKSON CENTER FOR INDEPENDENT LIVING

JACKSON CHRISTIAN PRESCHOOL

JACKSON CO. SCHOOLS

JACKSON JONES CONSTRUCTION

JACKSON RESTAURANT SUPPLY, INC.

JACKSON-MADISON CO SCHOOL SYST

JACOM ENTERPRISES, LLC

JAMES R. SORRELL CONSTRUCTION

JAN ZWARTS VALLEY

JAY AND JOSH ROOFING COMPANY

JD DISTRIBUTORS

JDC INDUSTRIAL MECHANICAL SYSTEMS, LLC

JDC MASONRY, INC.

JEFF HESS TRUCKING & EXCAVATING

JEFFERSON CITY POLICE DEPARTMENT

JEFFERSON CO. BOARD OF EDUCATION

JELLICO CHRISTIAN ACADEMY

JENCO CONSTRUCTION, INC.

JENKINS & STILES, LLC

JENNY KAY CAREGIVERS, LLC

JERRY B.YOUNG CONTRUCTION, INC.

JESSIE MAHAN PRE-K

JESUS ONLY CHURCH AND ACADEMY

JEWISH FAMILY SERVICE OF MIDDLE TN, INC.

JIFF, INC. JUVENILE INTERVENTION & FAITH-BASED FOLLOW-UP

JIM & JAY ENTERPRISES LLC

JIMMY ALFORD STUDIOS

JIMMY JACKSON PLUMBING & ELECTRIC COMPANY

JIM'S CONSTRUCTION COMPANY

JMK ELECTRIC

JOHN BOUCHARD & SONS CO.

JOHN CURRY ELECTRIC, LLC.

JOHN D. NORMAN CO., INC.

JOHN E. GREEN COMPANY

JOHN SANDER MUSIC

JOHNSON & GALYON, INC.

JOHNSON AND BAILEY ARCHITECTS

JOHNSON CITY SCHOOLS

JOHNSON CO. BOARD OF EDUCATION

JOHNSON CONTROLS FIRE PROTECTION

JOHNSON CONTROLS, INC.

JOHNSON CONTROLS-NASHVILLE

JOHNSON UNIV.SCH OF SOCIAL/BEHAVIORAL SCIENCES

JOHNSON UNIVERSITY TEMPLAR SCHOOL OF EDU.

JOLLY ROOFING & CONTRACTING COMPANY,INC.

JONES GLASS CO., INC.

JONES LANG LASALLE (JLL)

JONES THERAPY SERVICES LLC

JONESBOROUGH DEPT. OF PUBLIC SAFETY

JOSEPH CONSTRUCTION COMPANY, INC

JOSLIN SIGN & MAINTENANCE CO., INC.

JOSTENS MIDDLE TENNESSEE

JOURNEY COMMUNITY SCHOOLS

JOY FLOOR

JOY OF MUSIC YOUTH MUSIC SCHOOL

JOYFUL LIFE COUNSELING, LLC

JOYFUL TRANSPORTATION

JRJ CONSTRUCTORS, LLC

JTJ COMMERCIAL INTERIORS, INC.

K & J CONCRETE POLISHING, INC.

K AND F CONSTRUCTION INC.

KAATZ, BINKLEY,JONES & MORRIS ARCHITECTS, INC.

KALEIDOSCOPE BEHAVIOR ANALYSIS & THERAPY LLC

KALEIDOSCOPE SCHOOL OF MEMPHIS

KARNS VOLUNTEER FIRE DEPARTMENT

KATIE'S COMPASSION MINISTRIES, LLC

KEATTS ELECTRIC SERVICE

KEE PEST CONTROL, INC.

KELKIE, INC.

KELLEMS RECYCLING SYSTEMS, INC.

KELLER GLASCO, INC.

KEN ROSS ARCHITECTS

KENDALL COMPANY

KENNEDY COMPANY

KENTUCKY-TENNESSEE CONF. OF SEVENTH DAY ADVENTIST

KERR BROTHERS & ASSOC., INC.

KEY FIRE PROTECTION, INC.

KHARIS CARE, LLC.

KID BALANCED KARATE

KIDABILITIES PEDIATRIC THERAPY CENTER

KIDAZZLE CHILD CARE

KIDDIE KOLLEGE CHILD CARE

KIDPRO, LLC

KIDS HOPE USA OF MARIETTA CUMBERLAND

KIDS KABIN

KIDS LIKE US COMMUNITY LEARNING CENTER,INC.

KIDS ON THE RISE

KIDS PLACE/A CHILD ADVOCACY CENTER

KIDS PUTNAM

KIDSKILLS

KIDS-N-TECHNOLOGY

KIDZ ART OF THE MID SOUTH

KIDZ ZONE PEDIATRIC THERAPY SERVICES, PLLC.

KINCAID CONSTRUCTION SERVICES, LLC

KINDERCARE LEARNING CENTER

KINDRED AT HOME

KING BRADLEY DOZER SERVICES

KING CONSTRUCTION GROUP, INC.

KING UNIVERSITY

KINGDOM CARE SOLUTIONS

KING'S ACADEMY NASHVILLE

KINGS AND QUEENS DAYCARE CENTER

KINGSPORT ARMATURE & ELECTRIC CO INC

KINGSPORT CITY SCHOOLS

KINGSPORT FAMILY RECOVERY ASSOCIATES

KINGSPORT POLICE DEPARTMENT

KINGTON SEWER SEPTIC DRAIN CLEANING SERVICE, INC.

KIPP ACADEMY NASHVILLE

KIPP MEMPHIS COLLEGIATE SCHOOLS

KIRBY-VASS INSULATION, INC

KLINKHAMMER ACOUSTICAL, INC

KNOWLEDGE ACADEMY

KNOWLEDGE QUEST

KNOX BRADLEY MECHANICAL CONTRACTORS, INC.

KNOX CO. BOARD OF EDUCATION

KNOX CO. DISTRICT ATTORNEY'S OFFICE- CP

KNOX CO. EMERGENCY COMM DISTRICT

KNOX COUNTY ASSOC. FOR RETARDED CITIZENS

KNOX COUNTY COMMUNITY ACTION COMMITTEE

KNOX COUNTY GOVERNMENT

KNOXVILLE BAPTIST CHRISTIAN SCHOOL

KNOXVILLE CENTER FOR AUTISM, INC.

KNOXVILLE CHRISTIAN SCHOOL

KNOXVILLE LEADERSHIP FOUNDATION

KNOXVILLE MONTESSORI SCHOOL

KNOXVILLE POLICE DEPARTMENT- VH

KNOXVILLE POLICE DEPARTMENT-BP

KNOXVILLE POLICE DEPT-CP

KOHN PAINTING & DECORATING

KONICA MINOLTA BUSINESS SOLUTIONS, USA

KOONTZ PLUMBING AND MECHANICAL, INC.

KUMON MATH AND READING CENTER

KUSTOM GLASS SERVICE, INC.

KYMARI HOUSE

L & J BEHAVIOR CONSULTANTS

L.B.J.& C. DEVELOPMENT CORPORATION

LAB FOUR SYSTEMS, LLC

LABOR FINDERS OF TENNESSEE, INC.

LAEL ECCARD dba DPV MUSIC LESSONS

LAFOLLETTE COURT ASSISTED LIVING COMMUNITY,INC.

LAFOLLETTE POLICE DEPARTMENT

LAKE CO. BOARD OF EDUCATION

LAKELAND ELECTRIC, INC.

LAKELAND SCHOOL SYSTEM

LAKESIDE BEHAVIORAL HEALTH

LAKEWAY DOOR & GLASS, INC.

LAMB CARPENTRY & CONSTRUCTION, LLC

LAMBS AND IVY SCHOOL

LAMP METAL TRUSSES, INC.

LAMPLIGHTER MONTESSORI SCHOOL, INC.

LANCASTER CHRISTIAN ACADEMY

LAND CONTRACTORS OF TENNESSEE, LLC

LANDGRAF CENTER FOR READING

LANDMARK CORPORATION

LANDSCAPE SERVICES, INC.

LANE COLLEGE

LANTERN LANE FARM

LARRY WOODS AND ASSOCIATES

LASHLEE-RICH, INC.

LAST CALL 4 GRACE MINISTRIES, INC.

LAUDERDALE CO. BOARD OF EDUCATION

LAUDERDALE CO. SHERIFF DEPT- BOUNTY HUNTERS

LAURELBROOK SANITARIUM & SCHOOL, INC DAYCARE

LAUSANNE COLLEGIATE SCHOOL

LAUSANNE COLLEGIATE SCHOOL AFTERCARE

LAWN SERVICE PLUS

LAWRENCE CO. BOARD OF EDUCATION

LAWSON ELECTRIC COMPANY, INC.

LEAD PUBLIC SCHOOLS

LEADERSHIP EMPOWERMENT CENTER

LEADERSHIP MEMPHIS

LEADERSHIP PREPARATORY CHARTER SCHOOL

LEADING EDGE WIRELESS, LLC

LEAPS

LEAPS'N BOUNDS THERAPY,PLLC

LEARNING AND BEHAVIORAL CENTER

LEARNING LABS, INC.

LEBANON SPECIAL SCHOOL DISTRICT

LEBANON UNITED METHODIST CHURCH

LEE ADCOCK CONSTRUCTION CO., INC.

LEE COMPANY

LEE UNIVERSITY- C/O ANN MCELRATH

LEE UNIVERSITY GRADUATE PROGRAMS IN COUNSELING

LEE UNIVERSITY, HELEN DEVOS COLLEGE OF ED

LEGACIES SPECIAL EDUCATION CONSULTING, LLC.

LEGACY CONSTRUCTION, INC.

LEGACY HOSPICE OF THE SOUTH

LEGACY LIFE CARE PROGRAMS HEALTHCARE MGMT., LLP

LELAND, INC.

LEND A HAND SUPPORTED LIVING

LENOIR CITY CHRISTIAN ACADEMY & PRESCHOOL

LENOIR CITY SCHOOL SYSTEM

LEOSA Applicant

LET'S TALK THERAPY,LLC

LEWIS CO. BOARD OF EDUCATION

LEWIS GLASS CO. INC.

LEWISBURG POLICE DEPT.-CP

LEXINGTON CITY SCHOOLS SYSTEM

LIBERTAS SCHOOL OF MEMPHIS

LIBERTY CONSTRUCTION COMPANY

LIFE CENTER, INC.

LIFE CHOICES, INC

LIFETOUCH NATIONAL SCHOOL STUDIOS, INC.

LIGHTHOUSE BEHAVIOR SERVICES, LLC

LIGHTHOUSE CHRISTIAN ACADEMY

LIGHTHOUSE CHRISTIAN PRESCHOOL/SCHOOL

LIL SLUGGERS, LLC

LIMESTONE MASONRY

LINCOLN CO. BOARD OF EDUCATION

LINCOLN CO. SHERIFF'S DEPT.- BOUNTY HUNTERS

LINCOLN MEMORIAL UNIVERSITY

LINDEN WALDORF SCHOOL

LINKOUS CONSTRUCTION

LIONS VOLUNTEER BLIND INDUSTRIES

LIPSCOMB ACADEMY

LIPSCOMB UNIVERSITY COLLEGE OF EDUCATION

LIQUID ENVIRNMENTAL SOLUTIONS OF TN., LLC

LITTLE COUNTRY SCHOOLHOUSE

LITTLE RIVER MONTESSORI SCHOOL

LITTLE SAINTS COMP CARE CENTER

LITTLE SCHOLARS

LITTLE TN VALLEY EDUCATIONAL COOP

LITTLEJOHN ENGINEERING ASSOCIATES

LIVING WAY CHRISTIAN FELLOWSHIP

LIVING WITH AUTISM, LLC

LIVINGSTON POLICE DEPARTMENT

LL & S BEHAVIORAL HEALTH SERVICES

LLOYD'S ELECTRIC SERVICE, INC.

LOCAL GOVERNMENT CORPORATION

LOCKSMITH SERVICES

LORD'S TABERNACLE CHRISTIAN ACADEMY

LOSE & ASSOCIATES

LOUDON CO. ADULT BUSINESS BOARD

LOUDON CO. BOARD OF EDUCATION

LOUDON COUNTY FENCE, LLC

LOVING ARMS

LOWE'S VENDING, LLC

LOWRANCE SOUND COMPANY, INC.

LOWRIE ELECTRIC COMPANY

LRK INC.

LUDIC SPECTRUM CENTER, INC

LUMINARY UNITED METHODIST CHURCH

LUTHERAN SERVICES IN TENNESSEE, INC.

LUTTRELL STAFFING,INC

LYTTLE FOX THERAPY, LLC.

M & B ENTERPRISE, INC.

M & D ELECTRIC & BLDG SERVICES, INC.

M G CONSTRUCTION COMPANY, LLC

M.C. PAINTING, INC.

M.C.C. INC. OF JOHNSON CITY

M3 TECHNOLOGY GROUP, INC.

MACON CHRISTIAN ACADEMY

MACON CO. BOARD OF EDUCATION

MACON CO. SHERIFF'S DEPARTMENT- CP

MACON ROAD BAPTIST SCHOOL

MADDEN PHILLIPS CONSTRUCTION, INC.

MADDUX ELECTRIC CO., INC.

MADE-WELL CONSTRUCTION, INC.

MADISON CAMPUS ELEMENTARY

MADISON CO. CIRCUIT COURT CLERK

MADISON CO. SHERIFF'S DEPT.

MADISON COUNTY CASA

MADISON COUNTY JUVENILE COURT SERVICES-CP

MADISONVILLE FIRE-RESCUE

MADONNA LEARNING CENTER

MAINSTAGE THEATRICAL SUPPLY, INC.

MALBROUGH CONSULTING AGENCY, LLC.

MALLIA ENGINEERING CO.

MANCHESTER CITY SCHOOLS

MANNING MATERIALS INCORPORATED

MARCELLA CENTER FOR THE ARTS AND EDUCATION

MARCORP, INC. OF TN

MARGOLIN HEBREW ACADEMY

MARION & GREEN ROOFING & SHEET METAL CO.

MARION CO. BOARD OF EDUCATION

MARIPOSA BEHAVIORAL HEALTH SERVICES

MARKING IMPRESSIONS, CORP.

MARSHALL CO. BOARD OF EDUCATION

MARSHALL CO. EMERGENCY COMM. CENTER-CP

MARSHALL CO. SHERIFF'S OFFICE- CP

MARTHA O'BRYAN CENTER, INC.

MARTIN & WHITE MECHANICAL CONTRACTORS, INC.

MARTIN CENTER FOR ABA SERVICES, LLC

MARTIN GLENN

MARTIN HOUSING AUTHORITY/AFTER SCHOOL & SUMMER PRO

MARTY'S KIDS LEARNING CENTER

MARVIN SLEDGE CONSTRUCTION

MARY & MARTHA RESTORATION CLINIC, INC.

MARYVILLE CHRISTIAN SCHOOL

MARYVILLE CITY SCHOOLS

MARYVILLE COLLEGE TEACHER EDUCATION PROGRAM

MARYVILLE POLICE DEPARTMENT- ADULT ORIENTED

MARYVILLE POLICE DEPARTMENT- CP

MARYVILLE POLICE DEPT.- VEHICLES FOR HIRE

MARZUCCO'S CONCRETE, LLC

MASCO-MORRISTOWN AUTOMATIC SPRINKLER COMPANY, INC.

MASONRY SPECIALTY CONTRACTORS, INC.

MASSEY ELECTRIC

MASTERS MARTIAL ARTS ACADEMY

MASTON CONSTRUCTION, LLC

MATHEWS TEAM SPORTS

MATLOCK ROOFING, LLC

MAURY CO. BOARD OF EDUCATION

MAURY CO. GOVERNMENT-DANA GIBSON, HR DIR

MAURY COUNTY 911- CP

MAURY FENCE COMPANY OF TN., INC.

MAURY REGIONAL MEDICAL CENTER

MAXIM HEALTHCARE SERVICES

MAXIM HEALTHCARE SERVICES, INC.

MAXIM HEALTHCARE SERVICES, INC.

MAXIM HEALTHCARE SERVICES,INC.

MAXIM HEALTHCARE SERVICES,INC.

MAXWELL ROOFING AND SHEET METAL, INC.

MAY INSTITUTE

MAYNARD SELECT

MAYSEPT HEALTHCARE SERVICES

MBI COMPANIES INC.

MCCAA HEAD START

MCCALL COMMERCIAL FENCING, INC.

MCCARTHY, JONES & WOODARD, LLC

MCCARTNEY PRODUCE CO., INC.

MCCARTY HOLSAPLE MCCARTY ARCHITECTS

MCCOYS HEATING & AIR, INC.

MCCOY'S KLEAN PAINTING, LLC

MCCURRY ENVIRONMENTAL CONSULTING, CO.

MCEACHERN PHOTOGRAPHERS, INC.

MCEARL ELECTRIC CO.,INC.

MCFARLIN HUITT PANVINI, INC.

MCGAHA ELECTRIC CO,INC

MCGEHEE NICHOLSON BURKE ARCHITECTS. P.C

MCINTOSH CONSTRUCTION CO., LLC

MCK BEHAVIOR SERVICES, LLC.

MCKENZIE SPECIAL SCHOOL DISTRICT

MCMAHAN MECHANICAL, INC.

MCMINN CO. BOARD OF EDUCATION

MCNAIRY CO. BOARD OF EDUCATION

MCSPADDEN, INC.

MEAD MONTESSORI, INC.

MEADOW CREEK PRESBYTERIAN CHURCH

MEAE WELLNESS

MECHANICAL AUTOMATED CONTROL SYSTEMS

MECHANICAL RESOURCE GROUP

MEDIA BROADCAST INTEGRATION & TECHNICAL SERVICES

MEDICALL, LLC

MEIGS CO. BOARD OF EDUCATION

MEMAKON, INC.

MEMPHIANS INCORPORATED

MEMPHIS ACADEMY OF HEALTH SCIENCES MIDDLE AND HIGH SCHOOLS

MEMPHIS ACADEMY OF SCIENCE AND ENGINEERING

MEMPHIS AREA LEGAL SERVICES, INC.

MEMPHIS ATHLETIC MINISTRIES

MEMPHIS BEARS INC.

MEMPHIS BUSINESS ACADEMY

MEMPHIS CENTER FOR INDEPENDENT LIVING

MEMPHIS CHILD ADVOCACY CENTER

MEMPHIS CHINESE SCHOOL

MEMPHIS COLLEGE PREPARATORY

MEMPHIS DELTA PREPARATORY CHARTER SCHOOL

MEMPHIS DELTA TENT & AWNING CO.

MEMPHIS DREAM CENTER

MEMPHIS FENCE COMPANY, INC

MEMPHIS GRIZZLIES CHARITABLE FOUNDATION

MEMPHIS GRIZZLIES PREPARATORY CHARTER SCHOOL

MEMPHIS JAZZ WORKSHOP

MEMPHIS JUNIOR ACADEMY

MEMPHIS LEADERSHIP FOUNDATION

MEMPHIS MERIT ACADEMY CHARTER SCHOOL

MEMPHIS ORAL SCHOOL FOR THE DEAF

MEMPHIS POLICE DEPARTMENT - CP

MEMPHIS RISE ACADEMY

MEMPHIS SCHOLARS

MEMPHIS SCHOOL OF EXCELLENCE

MEMPHIS TEACHER RESIDENCY

MEMPHIS-HERITAGE CHRISTIAN SCHOOL, INC.

MENTAL HEALTH ASSOCIATION OF MIDDLE TENNESSEE

MENTAL HEALTH COOPERATIVE, INC.

MERAKEY ALLOS

MERCY COMMUNITY HEALTHCARE

MERCY MULTIPLIED

MERCY RESIDENTIAL SERVICES, LLC

MERIDIAN BEHAVIORAL HEALTH SERVICES

MERIT CONSTRUCTION, INC.

MERITAN, INC.

MESA INTERIOR CONSTRUCTION CO., INC.

MESSER CONSTRUCTION

METHODIST LE BONHEUR COMMUNITY OUTREACH

METHODIST LE BONHEUR COMMUNITY OUTREACH

METRO BARRIER SYSTEMS

METRO CHRISTIAN ACADEMY

METRO CONSTRUCTION, LLC

METRO DENTAL

METRO MECHANICAL CONTRACTORS

METRO MOORE COUNTY COMMUNICATIONS-CP

METRO NASHVILLE PUBLIC SCHOOLS

METRO-NASHVILLE BEER PERMIT BOARD

METRO-NASHVILLE POLICE- ID SECTION

METROPOLITIAN TRANS LICENSING COMMISSION

MICHAEL DUNN CENTER

MICHAEL J COHAN INVESTIGATIONS

MICHAEL'S PHOTOGRAPHY INC.

MID CENTER FENCE

MID SOUTH BUSINESS CONSTRUCTION

MID- SOUTH GIFTED ACADEMY, LLC.

MID SOUTH PRESTRESS, LLC

MID-CUMBERLAND HUMAN RESOURCE AGENCY

MIDDLE TENNESSEE CHRISTIAN SCHOOL

MIDDLE TENNESSEE DJ SERVICE

MIDDLE TENNESSEE EDUCATIONAL ENTERPRISES, LLC.

MIDDLE TENNESSEE REFRIGERATION, LLC

MIDDLE TENNESSEE STATE UNIVERSITY POLICE DEPARTMENT-CP

MIDDLE TENNESSEE TWO-WAY INC.

MIDDLE TN STATE UNIVERSITY-DEPT. OF SOCIAL WORK

MIDDLE VALLEY ACADEMY

MIDDLETON PAWN

MID-SOUTH ADOPTIONS, INC

MID-SOUTH CHRISTIAN COLLEGE

MIDSOUTH GEOTHERMAL, LLC

MID-SOUTH LIFE SKILLS PROGRAM

MID-SOUTH SPECIALTIES, INC.

MID-SOUTH SPEECH & LANGUAGE GROUP

MIDSOUTH TREAMENT CENTER

MID-STATE CONSTRUCTION CO., INC

MIDTOWN MONTESSORI, LLC

MIKO, INC.

MILAN DECORATORS, INC.

MILAN ENVIRONMENTAL CONTRACTORS

MILAN FIRE DEPARTMENT

MILAN SPECIAL SCHOOL DISTRICT

MILESTONE HOME HEALTH CARE, LLC

MILLER GROUP HOME

MILLERSVILLE POLICE DEPARTMENT

MILLIGAN COLLEGE- OCCUPATIONAL THERAPY

MILLIGAN UNIVERSITY

MILLINGTON MUNICIPAL SCHOOLS

MILLS PLUMBING HEATING & AC, INC.

MINI MIRACLES PEDIATRIC THERAPY, PLLC

MIRACLE RECREATION

MIRIAM'S PROMISE

MIRROR LAKE RECOVERY CENTER

MISCELLANEOUS METAL WORKS

MITCHELL & EVERETT CONSTRUCTION, INC.

MITCHELL EMERT & HILL, P.C

MITCHELL METALS, LLC

MITCHELL PLUMBING, INC.

MNA HEALTHCARE, LLC

MOBILE FIXTURE & SUPPLY, KNOXVILLE DIVISION

MOBILITY WORKSHOP

MODEL CARE MANAGEMENT, LLC.

MODERN DAY WRECKING

MODERN ELECTRICAL CONTRACTING, INC.

MODERN HEATING, COOLING, ROOFING, INC.

MODUS BUILD,LLC

MOMENTUM BEHAVIOR ANALYSIS, LLC

MONOLITH CONSTRUCTION, LLC.

MONROE CO. BOARD OF EDUCATION

MONROE COUNTY HEALTH COUNCIL

MONTESSORI ACADEMY, INC.

MONTESSORI CENTER OF JACKSON

MONTESSORI CENTRE

MONTESSORI INTERNATIONAL SCHOOL

MONTESSORI KINDER, INC.

MONTESSORI SCHOOL OF FRANKLIN

MONTESSORI SCHOOL OF OAK RIDGE

MONTESSORI WEAVER SCHOOL

MONTGOMERY COUNTY GOVERNMENT

MONTGOMERY COUNTY SHERIFF'S OFFICE

MONTGOMERY MARTIN CONTRACTORS, LLC

MONTHAVEN ARTS & CULTURAL CENTER

MOODY NOLAN, INC.

MOODY SPRINKLER COMPANY, INC.

MOORE CO. BOARD OF EDUCATION

MORGAN & THORNBURG, INC.

MORGAN CO. BOARD OF EDUCATION

MORGAN CO. SHERIFF'S OFFICE-CP

MORGAN COUNTY HEAD START

MORGAN ELECTRIC COMPANY

MORLEY ENVIORNMENTAL, INC.

MORNING STAR CHILD DEVELOPMENT CENTER

MORRISTOWN AUTOMATIC SPRINKLER CO.

MORRISTOWN COVENANT ACADEMY EARLY LEARNING CENTER

MORRISTOWN ROOFING COMPANY, INC.

MORRISTOWN-HAMBLEN CHILD CARE CENTERS, INC.

MORROW DESIGN

MORTON MECHANICAL, INC.

MOSER SPEECH THERAPY SERVICES

MOUNT OLIVE CHRISTIAN ACADEMIES

MOUNTAIN CITY/ JOHNSON COUNTY COMMUNITY CENTER

MOUNTAIN REGION SPEECH & HEARING CENTER

MOXIE SPEECH AND LANGUAGE PATHOLOGY

MT. JULIET CHRISTIAN ACADEMY

MT. JULIET MONTESSORI ACADEMY

MT. PISGAH WEE CARE

MTSU CHILD DEVELOPMENT CENTER

MTSU HOME AND COMMUNITY BASED EARLY INT

MTSU SPEECH-LANGUAGE-HEARING CLINIC

MULTI-MEDIA SOLUTIONS

MULTINATIONAL MEMPHIS

MULTIVISTA TENNESSEE

MUNSEY PRESCHOOL

MURFREESBORO CITY SCHOOLS

MURFREESBORO HOMESCHOOLERS

MURPHY, INC.

MURPHY, INC.

MUSIC CITY GYMNASTICS, INC.

MUSIC CITY SEPTIC/ GREASE TRAP SERVICE

MUTUAL CONTRACTORS, LLC.

MY FAITH, INC.

N & S WATERPROOFING, LLC

N ZONE JR. SPORTS MIDDLE TENNESSEE

NABHOLZ

NAFFCO CUSTOM MACHINE & FAB

NANNIES OF BRENTWOOD

NARROW RIDGE EARTH LITERACY CENTER

NASH ERECTION & WELDING, INC.

NASHVILLE AIRPORT DEPARTMENT OF PUBLIC SAFETY

NASHVILLE CAREER ADVANCEMENT CENTER

NASHVILLE CARES

NASHVILLE CHRISTIAN ADVANCEMENT ACADEMY

NASHVILLE CHRISTIAN SCHOOL

NASHVILLE COLLEGIATE PREP

NASHVILLE CONFLICT RESOLUTION CENTER

NASHVILLE IN HARMONY

NASHVILLE INTERNATIONAL ACADEMY

NASHVILLE MACHINE CO., INC.

NASHVILLE MACHINE ELEVATOR CO,INC

NASHVILLE REPERTORY THEATRE

NASHVILLE SHEET METAL, LLC

NASHVILLE ZOO, INC.

NASHVILLE'S MEDIA SERVICES, INC.

NATIONAL BUILDING CORPORATION

NATIONAL FILTER SOLUTIONS, INC

NATIONAL GLAZING SOLUTIONS aka NGS FILMS AND GRAPHICS

NATIONAL INSTITUTE FOR EXCELLENCE IN TEACHING

NATIONAL RESOURCES COMPANY, LLC

NATIONAL SEATING & MOBILITY, INC.

NATIONAL TELETHERAPY RESOURCES, LLC.

NATURE'S WAY MONTESSORI SCHOOL

NAVIGATORS-TN DEPT. OF COMMERCE & INSURANCE

NEAL STORY & SON, INC.

NEO CORPORATION

NETWORK DATA SOURCE, LLC

NEW BALLET ENSEMBLE & SCHOOL, INC.

NEW BEGINNING CHRISTIAN ACADEMY

NEW BEGINNINGS CHRISTIAN CENTER, INC.

NEW BEGINNINGS INTERNATIONAL CHILDREN'S&FAMILY SER

NEW BEGINNINGS RESIDENTIAL SERVICES, INC.

NEW COLOSSUS ACADEMY

NEW DAY SCHOOLS, INC.

NEW FRONTIERS

NEW HOPE ACADEMY

NEW HOPE BAPTIST CHURCH & CHRISTIAN SCHOOL

NEW HOPE CHRISTIAN ACADEMY

NEW HOPE, BLOUNT CO. CHILDREN'S ADVOCACY CTR

NEW HORIZONS BRISTOL

NEW LIFE CHRISTIAN FELLOWSHIP, WCG

NEW LIFE CHURCH OF GOD

NEW MARKET POLICE DEPARTMENT

NEW SARDIS CHILDCARE

NEW SOUTH SPECIALTY

NEW VISION OF LIFE SENTER,INC.

NEW VISION, INC.

NEWPORT CITY SCHOOLS

NHC REHABILITATION

NIA ASSOCIATION, INC.

NIA HOUSE MONTESSORI SCHOOL

NICHOLS FIRE & SECURITY

NIKKA CORPORATION

NISWONGER FOUNDATION

NIX-A-MITE EXTERMINATORS, INC.

NK MECHANICAL

NORTH MISSISSIPPI FABRICATORS

NORTHEAST STATE COMMUNITY COLLEGE

NORTHWEST PLUMBING COMPANY

NORTHWEST TENNESSEE ECONOMIC DEV. COUNCIL

NOR-WELL COMPANY, INC.

NOTES FOR NOTES, INC.

NSIGHT COMMUNICATION

NULIFE SENIOR CARE OF CHATTANOOGA, LLC

NUMOTION

NURSES FOR NEWBORNS OF TENNESSEE

NURSING AIDES PROFESSIONAL SERVICES OF MEMPHIS

NURTURERS OF NASHVILLE, LLC

O.I., INC.

OAK HILL SCHOOL PRE-KINDERGARTEN

OAK RIDGE SCHOOLS

OAKLAND POLICE DEPARTMENT- CP

OAKLEY CONSTRUCTION INC.

OBION CO. BOARD OF EDUCATION

OBION COUNTY SENIOR CITIZENS.ASSOC.

ODESSA'S FOSTER CARE HOMES INC.

ODOR ZONE, LLC

OFFICE INTERIORS OF MEMPHIS

OFFICE OF DISTRICT ATTORNEY 20TH JUDICIAL DIST- CP

OFFICE OF PROFESSIONAL LAB EXPERIENCES

OLIN CONSTRUCTION COMPANY

OLIVER LITTLE GIPSON ENGINEERING, INC.

OLIVIA'S MONTESSORI PRESCHOOL

OLYMPIC MASONRY, LLC

OMEGA GENERAL CONTRACTORS, INC.

OMNI COMMUNITY HEALTH

OMNI COMMUNITY HEALTH

OMNI VISIONS, INC.

ON POINT

ONE LIFE, LLC.

ONE PULSE, INC.

ONE TREE TUTORIAL AND ENRICHMENT, LLC

ONEIDA POLICE DEPARTMENT - CP

ONEIDA SPECIAL SCHOOL DISTRICT

OPEN ARMS CARE CORP- CHATTANOOGA

OPEN ARMS CARE CORP- KNOXVILLE

OPEN ARMS CARE CORP- MEMPHIS

OPEN ARMS CARE CORP-NASHVILLE

OPEN HEARTS OPEN ARMS

OPS CONTRACTING SERVICES, LLC.

OPTIONS 4 ADOPTION, INC.

ORANGE GROVE CENTER

ORCUTT WINSLOW, LLP

ORION BUILDING CORPORATION

ORKIN PEST CONTROL-COOKEVILLE

OTEKA TECHNOLOGIES, LLC

OTIS ELEVATOR COMPANY-NASHVILLE/ KNOXVILLE

OTTER CREEK KINDERGARTEN & PRESCHOOL

OUR HOME PLACE, INC.

OUR LADY OF PERPETUAL HELP SCHOOL

OUR LADY OF PERPETUAL HELP SCHOOL

OUR SAVIOR LUTHERN ACADEMY

OUTDOOR CONSTRUCTION COMPANY

OUTREACH HOUSING & COMMUNITY

OUTSOURCE, INC.

OVERBROOK SCHOOL

OVERHEAD DOOR CO. OF KNOXVILLE

OVERTON BROTHERS PLUMBING/MECH LLC

OVERTON CO. BOARD OF EDUCATION

OVERTON COUNTY BOARD OF COMMISSIONERS- BP

OZBURN-HESSEY COMPANY

P & C CONSTRUCTION, INC.

P & C CONSTRUCTION, INC.

P & W CONSTRUCTION COMPANY, LLC

P.F.C. OF LEE COUNTY, INC.

P.J.S INSTALLATIONS, INC.

PAIDEIA ACADEMY

PALACE VENDING, INC.

PALMER FOODSERVICE

PANTHER STEEL COMPANY

PARCOU LLC

PARHAM REFRIGERATION

PARIS POLICE DEPARTMENT-CP

PARIS SPECIAL SCHOOL DISTRICT

PARKERMOON, INC.

PARRIS ROOFING & SHEET METAL COMPANY, INC.

PARTHENON PLUMBING, LLC

PARTNERSHIP FOR FAMILIES, CHILDREN & ADULTS

PASTICHE PARTNERS, LLC

PATH COMPANY LLC

PATH CONSTRUCTION NORTHEAST, INC.

PATHWAYS IN EDUCATION- TENNESSEE

PATTI CORL,OTR.

PAUL BINKLEY CO., INC.

PAUL HASTY & SON PLUMBING CO. INC.

PAVEMENT RESTORATIONS, INC.

PAVE-WELL PAVING COMPANY, INC.

PBG BUILDERS, INC.

PEABODY COLLEGE OF VANDERBILT UNIVERSITY

PEACE BY PIECE ABA THERAPY & BEHAVIORAL SERVICES,LLC

PEACE LUTHERAN CHURCH

PEACE OF MIND CHILD CARE

PEACH STATE ROOFING, INC.

PEACHTREE PROTECTIVE COVERS, INC.

PEARSON BROTHERS CRANE SERVICE

PECO ELECTRIC CO., LLC

PEDAL VALVES, INC.

PEDIATRIC PHYSICAL THERAPY

PEDIATRIC THERAPIES

PEDIATRICS PLUS, INC.

PEER ACADEMY

PEER PLACE

PELLISSIPPI STATE COMMUNITY COLLEGE

PELLISSIPPI STATE POLICE DEPARTMENT

PENHALL COMPANY

PEOPLE'S CHOICE INSURANCE SERVICES INC.

PEPSI MID AMERICA

PEREA ELEMENTARY CHARTER SCHOOL

PEREA PRESCHOOL

PERISCOPE COMMUNITY HEALTH SERVICES, INC

PERNELL EXCAVATING

PERNELL SERVICES LLC

PERRY CO. BOARD OF EDUCATION

PERRY CO. E-911 DISTRICT

PERSONAL COMPUTER SYSTEMS, INC.

PFG LESTER

PHILLIPS CONCRETE CONSTRUCTION

PHIPPS CONSTRUCTION COMPANY, INC.

PHOENIX ELECTRIC, LLC.

PHOENIX FIRE ABA

PHYSICAL THERAPY SERVICES, PA

PICKETT CO. BOARD OF EDUCATION

PIECE OF MIND LEARNING CENTER, LLC

PIGEON FORGE FIRE DEPARTMENT

PIGEON FORGE POLICE DEPARTMENT-CP

PINE HAVEN LANDSCAPING

PINEY FLATS UNITED METHODIST CHURCH

PINNACLE CONSTRUCTION PARTNERS, LLC

PINSON HOMES

PIONEER MANUFACTURING COMPANY, INC.

PIPE LINE UTILITY CONTRACTORS, LLC

PLACE OF HOPE, INC

PLATEAU PHYSICAL THERAPY,INC.

PLAY BALL CHILDREN'S THERAPY

PLAY ON COURTS, LLC

PLAYTIME PEDIATRIC THERAPY SERVICES, PLLC

PLEASANT VIEW CHILD CARE CENTER

PLEASANT VIEW CHRISTIAN SCHOOL

PLEASANT VIEW FIRE DEPARTMENT

PLUMBING CONTRACTORS, INC

POLK CO. BOARD OF EDUCATION

POOLE PAINTING CONTRACTOR

POPLAR HILL COMPANIES, LLC

PORTER ROOFING CONTRACTORS

PORTER-LEATH- HUMAN RESOURCES

PORTLAND MONTESSORI ACADEMY

PORTLAND POLICE DEPARTMENT- CP

POSITIVE BEHAVIOR SUPPORTS CORPORATION

POSITIVELY LIVING

POST COMMISSION/LEOSA

POST POLICE RECRUIT

POWELL ARCHITECTURE

POWELL BROTHERS CONTRACTING, LLC

POWELL CONSTRUCTION COMPANY, INC.

POWER & GRACE PREPARATORY ACADEMY

POWER OF WORDS THERAPY SERVICES, LLC

POWER SOURCE ELECTRIC, LLC

POWERS TILE & MARBLE

PR CONSTRUCTION, INC.

PRAIRIE FARMS DAIRY

PRATER DRYWALL, INC

PRATERS INCORPORATED

PREFERRED GLASS COMPANY

PREMIER BOOK DIRECT

PREMIER CONCRETE PUMPING, INC.

PREMIER FOOD EQUIPMENT SERVICE

PRESBYTERIAN DAY SCHOOL

PRESTIGE SALES, CO., INC.

PRESTON CONSTRUCTION CO.

PREVENTION COALITION FOR SUCCESS, INC.

PRIDE & JOY CHILDREN'S ACADEMY

PRIDE CONCRETE, LLC

PRIEST LAKE CHRISTIAN ACADEMY

PRIMER ACADEMIA DE PARA NINOS

PRIMROSE SCHOOL OF BRENTWOOD

PRIMROSE SCHOOL OF COOL SPRINGS

PRIMROSE SCHOOL OF FARRAGUT

PRIMROSE SCHOOL OF HENDERSONVILLE

PRIMROSE SCHOOL OF MT. JULIET

PRIMROSE SCHOOL OF MURFREESBORO

PRIMROSE SCHOOL OF NASHVILLE MIDTOWN

PRIMROSE SCHOOL OF SPRING HILL

PRIMROSE SCHOOL OF WEST KNOXVILLE

PRIORITY ALARM SERVICES, INC.

PRIVATE INVESTIGATOR LICENSING

PRO CHOICE MASONRY

PRO STEEL COMPANY

PROFESSIONAL BUSINESS INTERIORS, INC.

PROFESSIONAL CARE SERVICES OF WEST TN, INC.

PROFESSIONAL ENGINEERS, INC.

PROFESSIONAL PHOTOGRAPHIC SERVICES

PROFESSIONAL SERVICE INDUSTRIES

PROGRESSION ELECTRIC, LLC

PROGRESSIVE DIRECTIONS, INC.

PROGRESSIVE YOUTH ATHLETICS

PROJECT TRANSITION

PROMETHEAN FOUNDATION

PROMISE ACADEMY

PROMISE CARES, INC.

PROSPECT, INC.

PRO-TECH SECURITY ENGINEERING

PROVIDENCE ACADEMY

PROVIDENCE BAPTIST CHURCH

PROVIDENCE CHRISTIAN ACADEMY

PROVIDENCE COMPANION CARE, LLC

PROVISION ENVIRONMENTAL SYSTEMS & TESTING LLC

PUBLIC ADJUSTERS, TN DEPT. COMM & INS.

PUBLIC BUILDING AUTHORITY

PUCKETT EMERGENCY MEDICAL SERVICES INC.

PUSH 4 J CONSTRUCTION COMPANY, LLC

PUTNAM CO. BOARD OF EDUCATION

PUTNAM COUNTY FIRE DEPT

PUTNAM COUNTY GOVERNMENT-CE

QUALITY BUILDERS

QUALITY CEILINGS & FLOORS

QUALITY HANDS HOME HEALTHCARE, INC.

QUALITY MACHINE AND WELDING CO., INC.

QUALITY PLUMBING & MECHANICAL, LLC

QUALITY ROOFING CONTRACTORS

QUALITY ROOFING CONTRACTORS OF SEMO, INC.

QUANTUM ENVIRONMENTAL & ENGINEERING SERVICES, LLC

QUIET OAKS ASSISTED LIVING

QUINN CONSTRUCTION CORPORATION

R & S CARPETS, LLC

R. B. WEBB INSULATION CO., INC.

R.C. MATHEWS CONTRACTOR, LLC.

R.D. HERBERT & SONS CO.

R.E. WALLER, INC.

R.F. BECKER CONSTRUCTION, INC.

R.G. ANDERSON COMPANY, INC.

R.LAFFERTY & SON,LLC

RA SHARP CONSTRUCTION

RADCO CONSTRUCTION SERVICES, INC.

RADCO ELECTRONICS

RADIANT NETWORKS

RAMBOGLASS CO.

RANGER CONSTRUCTION CO. INC.

RAYCO PAINTING, INC.

RAYS CONCRETE SERVICES, INC,

RAYZER SHARP ENT. Inc. dba SENIORS HELPING SENIORS

RCR BUILDING CORPORATION

REA, INC.

REACH MEMPHIS

READ WINDOW PRODUCTS, INC.

REAL ESTATE APPRAISER COMMISSION

REAL ESTATE COMMISSION

RECLAIMING OUR CLARKSVILLE COMMUNITY

RED BANK POLICE DEPARTMENT

RED ROBINS ACADEMY OF LEARNING, INC.

REDEEMER CLASSICAL ACADEMY

REDWIRE, LLC

REESE ENTERPRISES, INC.

REESE PRIVATE CARE INC.

REFLECTION RIDING ARBORETUM & NATURE CENTER

REFUGEE EMPOWERMENT PROGRAM

REG BDS-PRIVATE SECURITY GRDS

REGIONAL ORGANIZED CRIME INFORMATION CENTER

REHAB AT YOUR PLACE,LLC.

RELYT CONSTRUCTION, LLC

REMBCO GEOTECHNICAL CONTRACTORS , INC.

RENAES WINDOW TREATMENT, INC.

RENEWED LIVING AT HOME CARE

RENTENBACH CONSTRUCTORS, INC.

RENU CHATTANOOGA, PLLC.

REPUBLIC SCHOOLS

RESCUE 1 GLOBAL

RESOLUTION, INC.

RESP-I-CARE PERSONAL HOME AIDE

RESTORATIVE HEALTH SERVICES INC.

RESTORE LIFE BEHAVIORAL HEALTH, PLLC

RESTORING HOPE CHRISTIAN ACADEMY

RESURRECTION CATHOLIC SCHOOL

REVIDA RECOVERY CENTERS, LLC.

RG MASONRY, INC.

RHEA CO. BOARD OF EDUCATION

RHEA COUNTY ACADEMY

RHEA COUNTY SHERIFFS DEPARTMENT-CP

RHINO CONSTRUCTION GROUP

RHODES COLLEGE EDUCATION PROGRAM

RICE CONSTRUCTION COMPANY

RICH CONSTRUCTION, INC.

RICHARD CITY SPEC SCHOOL DIST.

RICHLAND PLACE SENIOR LIVING CENTER

RICHMONT GRADUATE UNIVERSITY

RIDDELL SPORTS

RIDGEDALE BAPTIST CHURCH

RIGHT AT HOME

RIGHT CARE HOME HEALTH AGENCY

RINKS & ASSOCIATES, INC.

RISE UP

RISK ASSURANCE INSPECTIONS

RITCO, INC.

RIVERDALE KIDDIE LEARNING CENTER

RIVERS EDGE CHRISTIAN ACADEMY

RIVERSIDE CHRISTIAN ACADEMY

RIVERVIEW BAPTIST CHURCH

ROANE CO. BOARD OF EDUCATION

ROANE COUNTY ANTI-DRUG COALITION

ROBERT G. CAMPBELL & ASSOCIATES, L.P.

ROBERT J. YOUNG COMPANY, INC.

ROBERT S. BISCAN & COMPANY

ROBERTS STAGE CURTAINS, INC.

ROBERTSON COUNTY CHILD ADVOCACY CENTER

ROBERTSON COUNTY JUVENILE COURT

ROBERTSON COUNTY SCHOOLS

ROBIN CARDEN CONSTRUCTION

ROCHELLE CENTER

ROCK CITY CONSTRUCTION COMPANY, LLC.

ROCKETOWN OF MIDDLE TENNESSEE

ROCKETSHIP EDUCATION

ROGERS BEHAVIORAL HEALTH- NASHVILLE

ROGER'S GROUP, INC

ROGERSVILLE CITY SCHOOLS

ROMACH, INC.

RONALD FRANKS CONSTRUCTION CO., LLC

RONNIE HOLMES CONSTRUCTION

ROOF CRAFT SYSTEMS, INC.

ROSCOE BROWN, INC.

ROSE EQUIPMENT CO., LLC

ROSS CONSTRUCTION INC

ROSSVILLE CHRISTIAN ACADEMY

ROTO ROOTER

ROUSE CONSTRUCTION COMPANY, INC.

ROY T. GOODWIN CONTRACTORS, INC.

ROYAL ENRICHMENT ACADEMY

ROYAL FAMILY KIDS

RSS ROOFING SERVICES & SOLUTIONS, LLC

RSVP (RETIRED SENIOR VOLUNTEER PROGRAM)

RUBBER WHOLESALERS, INC.

RUFUS JOHNSON ASSOCIATES OF CLARKSVILLE, INC.

RUSSELL AND ABBOTT HEATING AND A/C, INC.

RUSSELL'S PEST CONTROL

RUTHERFORD CO. BOARD OF EDUCATION

RUTHERFORD CO. FIRE & RESCUE

RUTHERFORD CO. GOVERNMENT-CE

RUTHERFORD CO. JUVENILE DETENTION CENTER

RUTHERFORD COUNTY CIRCUIT COURT CLERK-BB

RYAN REYNOLDS

RYAN STEEL, INC.

S & L STEEL ERECTORS, INC.

S & ME, INC.

S & P INSULATION

S & S ELECTRIC COMPANY

S & W CONTRACTING COMPANY, INC.

S DOUBLE A RANCH

S.B. WHITE CO., INC.

S.M. LAWRENCE COMPANY

SACRED HEART CATHEDRAL SCHOOL

SACRED HEART CATHOLIC SCHOOL

SACRED HEART PRESCHOOL

SACRED HEART SCHOOL

SAFE ENTRY, INC

SAFE FAMILIES FOR CHILDREN

SAFE HARBOR CHILD ADVOCACY CENTER

SAFE SPACE

SAFFELL ELECTRIC, LLC

SAICAM PAINTING, LLC

SAIL AWAY LEARNING & ACADEMY

SAIN CONSTRUCTION COMPANY

SAINT ANN CATHOLIC SCHOOL

SAMARITAN MINISTRIES/PROJECT S.E.E.

SAMMIE GIBBS CONSTRUCTION

SAVAGE CONSTRUCTION CO., INC.

SAVANNAH CHRISTIAN ACADEMY

SAVANNAH ELECTRIC & SUPPLY, INC.

SAVER'S PAINTING & WALLCOVERING, LLC

SCARAB BEHAVIORAL HEALTH SERVICES,LLC.

SCHAFFER PLUMBING INC.

SCHOOL FACILITY MANAGEMENT, LLC

SCHOOL SPECIALTY

SCHRADER LANE CHILDCARE CENTER

SCOTT APPALACHIAN INDUSTRIES, INC.

SCOTT CO. BOARD OF EDUCATION

SCOTT COUNTY FAMILY JUSTICE CENTER

SCOTT COUNTY SHELTER SOCIETY, INC.

SCOTT EQUIPMENT COMPANY, INC.

SCOTT LABORATORY SOLUTIONS, LLC

SEAMLESS SYSTEMS

SECOND CHANCE DEVELOPMENTAL TREATMENT CTR.

SECOND HARVEST FOOD BANK OF MIDDLE TN, INC.

SECOND STEP,INC.

SECURITY FIRE PROTECTION INC

SEED HOUSE, INC.

SEEDLINGS, LLC.

SELLERS BEHAVIORAL CONSULTING , LLC

SENIOR CONCEPTS, INC.

SENSATIONAL ENLIGHTENMENT

SENSATIONAL KIDS

SENSIBLE CONCRETE WORKS, LLC

SEQUATCHIE CO. BOARD OF EDUCATION

SEQUATCHIE COUNTY ECD-911

SEQUATCHIE VALLEY PHYSICAL THERAPY, LLC

SERENITY CENTERS OF TENNESSEE

SERVALL, LLC

SERVICE MASTER BY KISER

SERVOLUTION HEALTH SERVICES

SESSIONS PAVING COMPANY

SEVIER CO. BOARD OF EDUCATION

SEWANEE BONNER LEADERS PROGRAM

SEXUAL ASSAULT CENTER

SEYMOUR COMMUNITY CHRISTIAN SCHOOL

SH MASONRY

SHADES OF DEVELOPMENT

SHAPING POSITIVE BEHAVIORS, LLC

SHAW & SHANKS ARCHITECTS, PC

SHAWN JONES MASONRY INC.

SHELB COUNTY CRIME VICTIMS & RAPE CRISIS CENTER (CVRCC)

SHELBY CO. BOARD OF EDUCATION

SHELBY CO. CRIM CRT CLK OFF- SPRV BOND DEPT

SHELBY CO. SHERIFF'S OFFICE- AA

SHELBY CO. SHERIFF'S OFFICE- BTY

SHELBY COUNTY SHERIFF'S OFFICE

SHELBY IMAGES

SHELTERING ARMS ASSISTED LIVING

SHELTERING TREE RANCH, INC

SHELTON GENERAL CONTRACTORS

SHENANDOAH BAPTIST ACADEMY

SHOFFNER ACQUISITION CORPORATION, INC.

SHOFFNER MECHANICAL SERVICES, INC.

SHORA FOUNDATION

SHOUN-ALLEN MASONRY, INC.

SIEMENS INDUSTRIES, INC.

SIEMENS INDUSTRY, INC.

SIGN CLUB CO.

SIGN MATTERS, INC.

SIGNAL CENTERS

SIGNATURE FENCE COMPANY

SIGNATURE FUNDRAISING, INC.

SILVERDALE BAPTIST ACADEMY

SIMPLEX GRINNELL

SIMPSON DRYWALL & CONSTRUCTION

SISKEN CHILDRENS INSTITUTE

SISTERLY LOVE HOMECARE SERVICES, LLC.

SITTERS AND MORE OF MIDDLE TN INC.

SITTERS AND MORE OF WEST TN., INC.

SITTERS ON SITE, LLC

SKILLED SERVICES QUALITY CONSTRUCTION, LLC

SKYUKA HALL

SMALL STEPS PRESCHOOL

SMALL WORLD, INC.

SMALLWOOD NICKLE ARCHITECTS PLLC

SMITH CO. BOARD OF EDUCATION

SMITH ELECTRIC COMPANY

SMITH WELDING & STEEL ERECTORS, LLC

SMITHVILLE CUMBERLAND PRESBYTERIAN CHURCH

SMITHWOOD LEARNING CENTER

SMOKY MOUNTAIN MONTESSORI, LLC

SNAPOLOGY OF GREATER NASHVILLE

SNYDER SIGNS, INC.

SO CARROLL CO. SPECIAL SCHOOL DIST

SOCCER SHOTS GREATER CHATTANOOGA LLC

SOCCER SHOTS, MEMPHIS TN.

SODDY DAISY POLICE DEPARTMENT-CP

SOLITUDE CORP.

SOLOMON FAMILY SOLUTIONS

SONSHINE PRODUCE COMPANY, INC.

SOS COMPUTERS, LC

SOS COMPUTERS, LLC dba TECHNOLOGY EXPRESS

SOS RETAIL SERVICES, LLC.

SOUND OF TRIUMPH HOME CARE AGENCY

SOUTH CENTRAL HUMAN RESOURCE AGENCY

SOUTH CENTRAL TN DEVELOPMENT DISTRICT

SOUTH COLLEGE SCHOOL OF EDUCATION

SOUTH HAVEN CHRISTIAN PRESCHOOL/DAYCARE

SOUTH MEMPHIS FENCE COMPANY,INC.

SOUTHCREST CLINIC

SOUTHEAST CONTRACTORS, LLC

SOUTHEAST ELECTRIC, INC

SOUTHEAST PAINTERS, INC.

SOUTHEAST TENNESSEE DEVELOPMENT DISTRICT

SOUTHEASTERN COMMUNICATIONS SERVICES, INC.

SOUTHEASTERN CONSTRUCTORS, LLC

SOUTHERN ADVENTIST UNIVERSITY SCHOOL OF EDUCATION

SOUTHERN AVENUE CHARTER ELEMENTARY SCHOOL

SOUTHERN CERAMICS, INC.

SOUTHERN COFFEE SERVICE

SOUTHERN CREATIONS LANDSCAPING, LLC

SOUTHERN FACILITY SALES & SERVICE, LLC

SOUTHERN GLASS COMPANY

SOUTHERN GREEN LANDSCAPING, LLC

SOUTHERN HANDS QUALITY CARE, INC.

SOUTHERN ROOFING COMPANY

SOUTHERN STAFFING dba NEXTAFF

SOUTHERN STATES ELECTRIC CO.

SOUTHERN TN REGIONAL HEALTH SYSTEM

SOUTHERN WORD

SOUTHLAND CONSTRUCTORS, INC.

SOUTHWEST TN COMM COLLEGE PUBLIC SAFETY

SOUTHWEST TN DEVELOPMENT DISTRICT

SPANISH LANGUAGE SOLUTIONS, INC.

SPARKMAN & ASSOCIATES ARCHITECTS, INC.

SPARTA HEATING & AIR CONDITIONING, INC.

SPEAKING LIFE HEALTHCARE

SPEC PERSONNEL, LLC

SPECIAL CARE INC.

SPECIALIZED SERVICES, UNLIMITED

SPECIALTY ABATEMENT SERVICES, INC.

SPECIALTY COATINGS, INC.

SPECTRUM SCHOOL OF KNOXVILLE

SPEECH PATHOLOGY ASSOCIATES

SPEECH PATHOLOGY SERVICES OF E. TN, LLC

SPEEDPRO IMAGING MEMPHIS EAST

SPORTS FLOORS, INC.

SPRING HILL ACADEMY PRESCHOOL

SPRING HILL FIRE DEPARTMENT

SPRING HILL POLICE DEPARTMENT-CP

SPRINGFIELD PEDIATRIC THERAPY

SPRINGFIELD POLICE DEPARTMENT

SPROCKET THERAPY SOLUTIONS, LLC

SRVS

SSA JOHNSON CITY ALF, LCC

ST. AGNES ACADEMY ST. DOMINIC SCHOOL,INC.

ST. ANDREW AME CHURCH

ST. ANN SCHOOL

ST. AUGUSTINE CATHOLIC SCHOOL

ST. BERNARD ACADEMY- AFTERSCHOOL PROGRAM

ST. CLEMENT CHRISTIAN ACADEMY

ST. DOMINIC CATHOLIC SCHOOL PROGRAMS

ST. EDWARD SCHOOL - AFTERCARE

ST. FRANCIS OF ASSISI CATHOLIC SCHOOL

ST. GEORGE'S INDEPENDENT SCHOOL

ST. HENRY SCHOOL

ST. JOHN CATHOLIC SCHOOL

ST. JOHN NEUMANN CATHOLIC SCHOOL

ST. JOHN VIANNEY SCHOOL

ST. JOHN'S ANGLICAN CHURCH

ST. JOSEPH SCHOOL-KNOXVILLE

ST. JOSEPH SCHOOL-MEMPHIS

ST. JOSEPH SCHOOL-NASHVILLE

ST. JUDE CATHOLIC PRESCHOOL AND AFTERCARE

ST. LOUIS PRESCHOOL

ST. LUKES DAY SCHOOL

ST. MARY'S CATHOLIC SCHOOL

ST. MARY'S CATHOLIC SCHOOL

ST. MARY'S EPISCOPAL SCHOOL

ST. MATTHEW SCHOOL PRE-K

ST. NICHOLAS SCHOOL

ST. PATRICK CATHOLIC SCHOOL-DIOCESE OF MEMPHIS

ST. PATRICK SCHOOL

ST. PAUL CATHOLIC SCHOOL

ST. PAUL CHRISTIAN ACADEMY

ST. PAUL LUTHERAN CHURCH & PRESCHOOL

ST. PAUL'S DAY SCHOOL AND KINDERGARTEN

ST. PETER'S EPISCOPAL SCHOOL

ST. PIUS X SCHOOL

ST. ROSE EXTENDED CARE

ST. ROSE PRESCHOOL

ST. THERESE THE LITTLE FLOWER SCHOOL

ST. VINCENT DEPAUL PARISH

ST.THOMAS RIVER PARK OUTPATIENT REHAB SERVICES

STAFFORD EROSION CONTROL

STANDARD BUILDERS, INC.

STANDIFER GAP SDA SCHOOL

STANDOUT, LLC

STANFORD EISENBERG KNOXVILLE JEWISH DAY SCHOOL

STANLEY BEST HEATING & AIR, INC.

STANLEY CONVERGENT SECURITY

STANSELL ELECTRIC COMPNAY, INC.

STAR CENTER, INC

STAR EDUCATION, INC.

STARR EQUIPMENT COMPANY, INC.

STARR PAINTING

STARR REGIONAL MEDICAL CENTER

STARS-NASHVILLE

STARS-STUDENTS TAKING A RIGHT STAND

STATE OF TN CIRCUIT COURT JUDGE

STEAM FORCE

STEED BROTHERS CONTRACTORS, LLP

STEEL-PLUS, LLC

STELLAR THERAPY SERVICES

STEP ONE MEDICAL ASSOCIATES

STEPPING STONES CHRISTIAN PRESCHOOL

STERLING CONSTRUCTION, INC.

STEVE WARD & ASSOCIATES

STEVE WILLIAMS CONSTRUCTION, LLC

STEWART CO. BOARD OF EDUCATION

STEWART'S LAWN CARE

STILLWATERS, LLC

STIR UP THE GIFTS CHRISTIAN FAMILY HOME CHILDCARE

STONE STEEL, LLC.

STONES RIVER COMPANIES, LLC

STONES RIVER ELECTRIC, INC.

STOOKSBURY CONSTRUCTION, INC.

STORM SHIELD LIGHTNING PROTECTION

STOSH CONSTRUCTION SERVICE, INC.

STRAIGHT LINE MASONRY

STRATEGIC EQUIPMENT, INC.

STREET HOPE TN/GARLAND OAKS

STREETS MINISTRIES

STRICKLAND ROOFING CO., INC.

STRIVE COLLEGIATE ACADEMY

STRONG WATERPROOFING

STUBBS CONSTRUCTION SERVICES, LLC.

STUDIO FOUR DIEGEL

STUPPY GREENHOUSE SOLUTIONS, INC.

STYLES ROOFING COMPANY, INC

SUCCESS EDUCATIONAL SERVICE

SULLIVAN CO. BOARD OF EDUCATION

SULLIVAN CO. SHERIFF'S OFFICE- BOUNTY HUNTERS

SULLIVAN COUNTY FAMILY JUSTICE CENTER

SUMMIT BSR ROOFING, A DIVISION OF FRIZZELL CON.CO.

SUMMIT CONSTRUCTORS, INC.

SUMNER ACADEMY

SUMNER CHILD ADVOCACY CENTER

SUMNER COUNTY EMERGENCY COMMUNICATIONS CENTER-CP

SUMNER COUNTY SCHOOLS

SUMNER GROUP, INC.

SUN ELECTRIC CO. OF TN, INC.

SUNNY SKY PRODUCTS NA

SUNRISE OF NASHVILLE INC

SUNSHINE DAY SCHOOL

SUPPORT SOLUTIONS OF THE MID-SOUTH, LLC.

SUSANNAH'S HOUSE, INC.

SUSIE BRANNON MCJIMPSEY CENTER, INC.

SUWANNEE MEDICAL PERSONNEL

SWEETWATER CITY SCHOOLS

SWIFT ROOFING, INC.

SYCAMORE ACADEMY LLC

SYKES EXCAVATION

SYLVAN LEARNING CENTER 1026

SYNERGY TREATMENT CENTERS

SYSCO FOOD SERVICES OF KNOXVILLE, LLC

SYSCO MEMPHIS, LLC

SYSCO NASHVILLE, LLC

SYSTEM INSTALLATIONS LLC

SYSTEM INTEGRATIONS

SYSTEMS ANALYSIS, INC.

T MOBILE USA- NASHVILLE

T.A.R.P, INC

T.R.A.M. ROOFING COMPANY

T.U. PARKS CONSTRUCTION COMPANY

TABERNACLE CHRISTIAN SCHOOL TNCC63009

TABERNACLE DAYCARE CENTER

TAC AMERICAS, INC.

TAC ENERGY SOLUTIONS

TALK THE TALK THERAPY, LLC.

TALKBACK, INC.

TAP INDUSTRIES, INC.

Taps Administrator

TATE'S SCHOOL OF DISCOVERY

TAYLORS CONCRETE CUTTING SERVICES, LLC

TDOC- BLEDSOE CO. CORRECTIONAL COMPLEX- CP

TDOC- LOIS M. DEBERRY SPECIAL NEEDS FACILITY-CP

TDOC- NORTHEAST CORRECTIONAL COMPL-CP

TDOC- RIVERBEND MAXIMUM SECURITY INSTITUTION-CP

TDOC- TN PRISON FOR WOMEN- CP

TDOC- WEST TN STATE PENITENTIARY-CP

TDOC-MORGAN CO. CORRECTIONAL COMPLEX - CP

TEAM4SUCCESS

TEAMING SOLUTION

TEAMS OF TOMORROW KNOXVILLE

TEEMS & DEMOVILLE MECHANICAL CONTRACTORS, LLC

TELLICO CONSTRUCTION

TEMPERATURE DIFFERENCE CORP DBA DELTA T SERVICE

TEMPLE BAPTIST ACADEMY

TEMPLE BAPTIST CHRISTIAN SCHOOL

TEMPLE BAPTIST CHURCH OF CHATTANOOGA, INC.

TEMPLE ISRAEL - ELC

TENN LAWN GROUNDS MANAGEMENT

TENNESSE AUTOMATIC SPRINKLER, INC.

TENNESSEE ASSOCIATED ELECTRIC, LLC

TENNESSEE AVENUE CHILDCARE CENTER

TENNESSEE BAPTIST CHILDRENS HOMES, INC

TENNESSEE BUREAU OF INVESTIGATION

TENNESSEE BUREAU OF INVESTIGATION

TENNESSEE CERTIFICATION BOARD, INC.

TENNESSEE CHILDRENS HOME

TENNESSEE CODE ACADEMY

TENNESSEE COLLEGE OF APPLIED TECHNOLOGY- MORRISTOWN

TENNESSEE COMMUNITY AND COURT SERVICES, INC.

TENNESSEE COMMUNITY COUNSELING SERVICES

TENNESSEE COMMUNITY SERVICES AGENCY

TENNESSEE CORRECTION ACADEMY-CP

TENNESSEE MILITARY DEPARTMENT, TENNESSEE STATE GUARD

TENNESSEE PROUD CONTRACTORS, LLC

TENNESSEE RESPITE COALITION

TENNESSEE SHEET METAL, INC.

TENNESSEE SKYLINE GLASS, INC.

TENNESSEE STATE UNIVERSITY

TENNESSEE TECH UNIVERSITY POLICE DEPARTMENT

TENNESSEE TECHNOLOGICAL UNIVERSITY

TENNESSEE TECHNOLOGY CENTER AT CROSSVILLE

TENNESSEE TILE & MARBLE CO., INC.

TENNESSEE VALLEY EXTERMINATING CO., INC.

TENNESSEE VALLEY METALS, INC.

TENNESSEE VIRTUAL ACADEMY

TENNESSEE WELLNESS CENTER

TENN-KY SPRINKLER CO., INC.

TENNOVA HEALTHCARE CLEVELAND

TERRY BELL CONSTRUCTION LLC

TERRY GLASS GENERAL CONTRACTORS, INC.

TERRY HENDERSON LANDSCAPING

TEST FOR TAPS

TFC INC. CLARKSVILLE FENCING

THACKSTON SCHOOL

THE BUTTERFLY CENTER

THE ADOPTION PLACE, INC.

THE ARC MID-SOUTH

THE ARC OF WASHINGTON COUNTY

THE BAPTISTE GROUP, LLC

THE BEHAVIOR PROS, LLC.

THE BOYS & GIRLS CLUB OF GREENEVILLE AND GREENE CO

THE BRIDGE OF WEST TENNESSEE, INC.

THE BROOK CENTER THERAPY SOLUTIONS, LLC

THE CENTER FOR FAMILY DEVELOPMENT

THE CHILDREN'S HOUSE OF NASHVILLE, INC.

THE CHURCH AT THE WELL

THE CITY OF DICKSON

THE CLASSICAL ACADEMY

THE COLLEGIATE SCHOOL OF MEMPHIS

THE COMFORT GROUP, INC., ANDREA MASSINGILL

THE CONWAY CLINIC

THE COVENANT SCHOOL

THE CROWN COLLEGE, SCHOOL OF EDUCATION

THE DANIEL COMPANY, INC. (DANCO)

THE DIOCESE OF WEST TENNESSEE

THE DOWNTOWN PRESBYTERIAN CHURCH

THE EDISON SCHOOL

THE EPISCOPAL SCHOOL OF NASHVILLE

THE EXCHANGE CLUB/HOLLAND J. STEPHENS CENTER

THE F.I.N.D. DESIGN

THE FAMILY CENTER

THE FARM SCHOOL

THE FIRST TEE OF GREATER KNOXVILLE

THE FLOORING SOURCE, INC.

THE FORGE SCHOOL

THE GATHERING OF JACKSON

THE GENTLEMEN AND LADIES ACADEMY

THE H.O.P.E. CENTER, INC.- 10TH JUDICIAL DIST. CAC

THE HEALING ARTS RESEARCH TRAINING CENTER

THE HENRY CENTER

THE INFLUENCE1 FOUNDATION CITY UNIVERSITY SCHOOLS

THE KING'S ACADEMY

THE LEMOYNE OWEN COLLEGE

THE LEWIS GROUP ARCHITECTS, INC. P.C

THE LIGHTING SOURCE COMPANY INC.

The M and S Funhouse

THE MARIA MONTESSORI SCHOOL

THE MARTIN CHURCH OF CHRIST

THE MARY PARRISH CENTER

THE MIDDLE PATH, LLC

THE MIRIAM CHILD DEVELOPMENT CENTER

THE MONTESSORI SCHOOL

THE MONTESSORI SCHOOL OF DONELSON

THE NEW ENGLAND WOOD LOCKER, CO.

THE PALACE CARE AND REHAB

THE PARENT COMPANY, INC.

THE PATRICIA HALL TALBOTT LEGACY CENTERS, LLC.

THE PIPE DOCTOR, LLC

THE REFUGE CENTER FOR COUNSELING

THE RENFREW CENTER OF TENNESSEE

THE RICHLI GROUP , LLC

THE ROSS CENTER

THE SEED PROGRAM

THE SERVICEMASTER COMPANY

THE SETTLEMENT PRESCHOOL AND KINDGARTEN

THE SPEECH & HEARING CENTER

THE SPEECH LANGUAGE READING CENTER, PLLC

THE SPEECH, LANGUAGE & LEARNING CENTER, LLC.

THE SUMMIT AT HOME

THE SUMMIT PREPARATORY ACADEMY

THE TEACH GROUP, LLC

THE TEDDER COMPANY, LLC

THE THERAPY CENTER OF HENDERSONVILLE

THE WAKEFIELD CORPORATION

THE WEBB SCHOOL

THE WORKMAN COMPANY, INC.

THEORIA MEDICAL PLLC

THERAPEUTIC REHAB SERVICES

THERAPY AND LEARNING- WEST TN

THERAPY WORKS, LLC.

THERMAL BALANCE, INC.

THOMAS CALDWELL, ARCHITECT

THOMAS ENVIRONMENTAL SERVICES, INC.

THOMAS GLASS COMPANY, INC.

THOMAS J. TURNER & ASSOCIATES, INC.

THOMAS MILLER & PARTNERS, PLLC

THOMAS R.HICKS CONSTRUCTION

THOMCRETE CONSTRUCTION, INC.

THOMPSON ELECTRIC, INC

THOMPSON GUNSMITH

THP- CHATTANOOGA- 2ND DIST

THP- COOKEVILLE- 6TH DIST

THP- FALL BRANCH- 5TH DIST

THP- JACKSON- 8TH DIST

THP- KNOXVILLE- 1ST DIST

THP- MEMPHIS- 4TH DIST

THP- NASHVILLE- 3RD DIST

THP-LAWRENCEBURG-7TH DIST LT KELLEY

THRIVE THERAPY, PLLC

THY, INC.

TIARA'S HAVEN, INC.

TIBBETTS ELECTRICAL SERVICES, INC.

TILE SHOP, INC

TIM FERGUSON PLUMBING, AIR AND ELECTRIC

TIM JURISIN PLUMBING

TIME CONSTRUCTION, INC.

TIPTON CHRISTIAN ACADEMY

TIPTON CO. SCHOOL SYSTEM

TIPTON COUNTY EMERGENCY COMMUNICATIONS DISTRICT- CP

TIPTON-ROSEMARK ACADEMY

TLC PRO ROOFING,LLC

T-LOWE SENIOR HOME CARE

TN AUTISM CONSULTING & THERAPY, LLC

TN BAPTIST ADULT HOME,INC.

TN CHRISTIAN PREPARATORY SCHOOL

TN DEPARTMENT OF EDUCATION

TN DEPARTMENT OF EDUCATION

TN DEPARTMENT OF FINANCE & ADMINISTRATION

TN DEPARTMENT OF SAFETY- RETIRED TROOPERS LEOSA

TN DEPARTMENT OF TRANSPORTATION

TN DEPT OF CHILDREN'S SERVICES-INTERNAL AFFAIRS

TN DEPT OF HEALTH, BUREAU OF LIC & REG

TN DEPT OF HUMAN SERVICES

TN DEPT. OF FINANCIAL INST- TRUST COMPANIES

TN DEPT. OF FINANCIAL INST.- RONALD ROGERS-SIRTEN

TN EDUCATION LOTTERY CORPORATION

TN FOUNDATION SERVICES- ROY SHARP

TN LANGUAGE CENTER

TN MENTAL HEALTH & SUBSTANCE ABUSE SERVICES

TN NATIONAL GUARD FAMILY PROGRAMS

TN SCHOOL FOR THE BLIND

TN SCHOOL FOR THE DEAF

TN WESLEYAN UNIVERSITY, EDU

TN WESLEYAN UNIVERSITY, SOCIAL WORK PROGRAM

TN.DEPT OF HUMAN SERVICES FEDERAL TAX INFORMATION

TNE ENPLAY FOUNDATION

TOADVINE ENTERPRISES

TOLLEY & LOWE, INC

TOM BRUNTON MASONRY, INC.

TOM MOYER CARPENTRY

TONY HAWKINS THE ARTIST

TOP CHILDCARE

TOP REHAB SERVICES, INC.

TOTAL BUILDING MAINTENANCE, INC.

TOTAL DEMOLITION SERVICES, INC.

TOTAL HVAC & PLUMBING

TOTS IN TRAINING CHRISTIAN ACADEMY

TOUCHED BY AN ANGEL

TOWERING OAKS CHRISTIAN SCHOOL

TOWN OF HUNTINGDON- ME

TOWN OF HUNTINGDON-BEER PERMITS

TOWN OF MONTEAGLE

TOWN OF MOUNTAIN CITY

TOWN OF PEGRAM- FIRE PROTECTION

TOWN OF PEGRAM- MUNICIPAL GOVERNMENT

TOWN OF SMYRNA- MUNICIPAL GOVERNMENT

TOWN OF SPRING CITY-BP

TOWN OF STANTON- MUNICIPAL GOVERNMENT

TPS CONSTRUCTION, INC.

TRADEBE ENVIRONMENTAL SERVICES, LLC

TRADEMARK OF VA. INC.

TRADES UNLIMITED

TRANE/ KINGSPORT TN

TRANE-TENNESSEE DISTRICT

TRANSFORMATIONS AUTISM TREATMENT CENTER

TRAVIS ELECTRICAL SERVICE, LLC

TREE OF LIFE D.I.D. SERVICES INC.

TREE OF LIFE HOMECARE, LLC

TREE OF LIFE RESIDENTIAL CARE, LLC.

TRENTON HOUSING AUTHORITY

TRENTON SPECIAL SCHOOL DISTRICT

TREVECCA NAZARENE UNIV -SCHOOL OF ED.

TREVECCA NAZARENE UNIV. SPORT SCIENCE

TRIANGLE ACOUSTICAL INC.

TRI-CITIES BEHAVIORAL THERAPY LLC

TRI-CITIES CHRISTIAN SCHOOLS, INC.

TRI-COUNTY BAPTIST CHURCH

TRI-COUNTY MENTAL HEALTH CTR., CORP.

TRI-COUNTY ROOFING COMPANY

TRILLIUM CONSTRUCTION SERVICES

TRINITY CHILDREN'S LEARNING CENTER

TRINITY CHRISTIAN ACADEMY

TRINITY HOMECARE & CONSULTING SERVICES, LLC

TRINITY UNITED METHODIST CHURCH

TRIPLE H BACKHOE, LLC

TRIPLE S CONTRACTING, INC.

TRIPLE STEEL, LLC

TRISTAR DIGITAL CONNECTIONS, LLC

TRISTAR MECHANICAL, LLC

TRI-STAR PHOTOGRAPHY

TRI-STATE CHRISTIAN ACADEMY

TRI-STATE COMPLETE CHEMICAL & PAPER, INC.

TRI-STATE INSULATION COMPANY

TRI-STATE SPRINKLER CORPORATION

TRM CONSTRUCTION, LLC

TROJAN LABOR

TROSUDALE COUNTY CLERK

TROUSDALE CO. BOARD OF EDUCATION

TROWEL TRADES, LLC

TRUE-LINE CORING & CUTTING

TRUE-LINE CORING & CUTTING-NASHVILLE, LLC

TSU- TESS

TSU-OFFICE OF EVENTS MANAGEMENT& CONFERENCE SERVICES

TTL, INC.

TULIP HILL RECOVERY

TULL BROTHERS INC.

TULLAHOMA CITY SCHOOLS

TULLAHOMA FLOOR COVERING & SUPPLY, INC.

TULLAHOMA PEDIATRIC THERAPY, LLC.

TURF MANAGERS, LLC

TURNER HOLDINGS, LLC

TURNER ROOFING, CO.

TURNING POINT HOME HEALTH, INC

TUSCULUM COLLEGE TEACHER ED PROGRAM

TUSCULUM UNIVERSITY EDUCATION DEPT.

TUTORING UNLIMITED, LLC

TWO RIVERS ELECTRIC & MECHANICAL,INC.

TWO RIVERS ROOFING, INC.

TYCO INTEGRATED SECURITY

U.S. FOOD SERVICE

UNDERGROUND LOCATORS OF NASHVILLE, INC.

UNDERGROUND PIPE AND CONSTRUCTION, LLC

UNICOI CO. BOARD OF EDUCATION

UNIFIRST CORPORATION

UNION CITY BOE

UNION CO. BOARD OF EDUCATION

UNION UNIVERSITY TEACHER EDUCATION PROGRAM

UNISTAR-SPARCO COMPUTERS, INC.

UNITED ACOUSTICAL COMPANY, INC.

UNITED CHRISTIAN ACADEMY

UNITED CHRISTIAN ACADEMY

UNITED ELEVATOR SERVICES, LLC

UNITED MECHANICAL & ELECTRICAL, INC.

UNITED PROPANE GAS, INC.

UNITED SERVICES, INC.

UNITED STATES OFFICE OF PERSONNEL MANAGEMENT

UNITED TESTING AND BALANCING,INC

UNITED WAY OF GREATER CHATTANOOGA

UNITY CHURCH OF TRI-CITIES

UNIV. OF TN CHATTANOOGA, SCHOOL PROFESSIONAL STUDIES

UNIVERSAL CONTRACTORS, LLC

UNIVERSAL ELECTRONICS, INC.

UNIVERSITY OF MEMPHIS

UNIVERSITY OF MEMPHIS UNIVERSITY SCHOOLS

UNIVERSITY OF TENNESSEE- HUMAN RESOURCES

UNIVERSITY OF TENNESSEE POLICE DEPARTMENT-CP

UNIVERSITY OF TENNESSEE SOUTHERN

UNIVERSITY OF TENNESSEE, DEPT OF NUTRITION

UNIVERSITY OF TENNESSEE-HEALTHIER BEGINNINGS

UNIVERSITY OF THE SOUTH- SEWANEE KAREN GILLIAM

UNIVERSITY OF TN CHATTANOOGA-SCHOOL OF EDUCATION

UNIVERSITY SCHOOL

UNIVERSITY SCHOOL OF JACKSON

UNIVERSITY SCHOOL OF NASHVILLE ATTN BETH THORNBURG

UPLAND DESIGN GROUP, INC.

UPPER CUMBERLAND CHILD ADVOCACY CENTER

UPPER CUMBERLAND DEV. DISTRICT

UPPER EAST TN HUMAN DEV. AGENCY, INC.

UPPER EAST TN REGIONAL JUVENILE DETENTION CTR.

URBAN LEAGUE OF GREATER CHATTANOOGA

US FOODS-MEMPHIS

UT CENTER OF COMMUNITY CAREER EDUCATION

UT COLLEGE OF EDU-HEALTH & HUMAN SCIENCES

UT Department of Kinesiology, Recreation, and Sport Studies

UT EARLY LEARNING CENTER

UT PEDIATRIC LANGUAGE CLINIC

UTM INFANT STIMULATION PROGRAM

V & V CONSTRUCTION, LLC

VALLEY CHRISTIAN ACADEMY

VALLEY MASONRY, INC.

VAN BUREN CO. BOARD OF EDUCATION

VAN BUREN SENIOR COMPANION PROGRAM

VANDERBILT CENTER FOR COMMUNITY HEALTH SOLUTIONS

VANDERBILT UNIVERSITY

VANDERBILT UNIVERSITY MEDICAL CENTER, HR

VANDERBILT UNIVERSITY POLICE DEPARTMENT

VANDERBILT UNIVERSITY SCHOOL OF MEDICINE

VARIA, LLC

VAUGHN TILE

VEGA CORPORATION OF TENNESSEE

VERA INTERIOR CONSTRUCTION, LLC

VERITAS COLLEGE PREPARATORY CHARTER SCHOOL

VERY GOOD COMPANY,LLC dba RIGHT AT HOME

VESTA HOUSING SOLUTIONS, LLC

VIC DAVIS CONSTRUCTION, INC.

VICTORIOUS FAMILY CARE CENTER

VICTORY BAPTIST ACADEMY

VILLAGE BEHAVIORAL HEALTH

VILLAGE CO-OP

VILLAGE ROOFING CO., INC.

VILLAGES CHILD DEVELOPMENT, LLC.

VINE AND BRANCH, LLC

VINTAGE CONSTRUCTION

VIOLETTE ARCHITECTURE/ INTERIOR DESIGN

VIRCO, INC.

VIRTUE QUEST INC

VISION COORDINATION SVCS, INC

VISION PREPARATORY CHARTER SCHOOL

VISONARY CONSTRUCTION COMPANY

VIVID1 ARCHITECTURE, LLC

VOLUNTEER BUILDING SYSTEMS, LLC

VOLUNTEER MASONRY

VOLUNTEER TECHNOLOGY SYSTEMS, LLC

VOLUNTEER TREATMENT CENTER

VREELAND ENGINEERS, INCORPORATED

W & O CONSTRUCTION COMPANY, INC.

W. CARROLL SPECIAL SCHOOL DISTRICT

W.W. PLUMBING CO., INC.

WADE DORTCH ROOFING, LLC

WADE ELECTRIC COMPANY, INC.

WADESCAPES

WALKER ELECTRIC COMPANY, INC

WALKER INTERIORS, LLC.

WALSWORTH PUBLISHING COMPANY

WALTERS STATE COMMUNITY COLLEGE- TEACHER EDUCATION

WARD CONTRACTING COMPANY

WARNERS ATHLETIC CONSTRUCTION, LLC

WARREN CO. BOE

WARREN INSULATION, LLC

WARREN MECHANICAL CONTRACTORS, INC.

WASCO, INC. & SUBSIDIARIES

WASHINGTON CO. BOARD OF EDUCATION

WASHINGTON COUNTY SHERIFF'S OFFICE

WASTE MANAGEMENT OF TENNESSEE-KNOXVILE

WATER CONTROL ROOFING CO., INC.

WATER MANAGEMENT, INC.

WATERPROOFING SYSTEMS, INC.

WATERTOWN VOLUNTEER FIRE DEPARTMENT

WATSON GROVE MISSIONARY BAPTIST CHURCH

WATSON MASONRY

WAUFORD AIR CONDITIONING, INC.

WAVES, INC.

WAYNE CO. BOARD OF EDUCATION

WEAKLEY CO. BOARD OF EDUCATION

WEARS VALLEY RANCH

WEAVER'S STRUCTURAL STEEL, INC.

WEBB BROTHERS MASONRY CONTRACTOR, INC.

WEBB PLUMBING, HEATING, & ELECTRIC, CORP.

WEBCON, INC

WEBER ASSOCIATES, INC.

WEE MOBILE LLC

WEHBY PLUMBING AND HEATING COMPANY, INC.

WELCH COLLEGE TEACHER EDUCATION

WELL CHILD,INC.- HUMAN RESOURCES

WELLSPRING BUILDERS INC

WELLSPRING BUILDERS, INC.

WEST END ACADEMY, INC.

WEST END KINDERGARTEN

WEST HILLS BAPTIST CHURCH

WEST ROOFING SYSTEMS, GA

WEST TENNESSEE FAMILY SOLUTIONS

WEST TENNESSEE HEARING AND SPEECH CENTER

WEST TN SCHOOL FOR THE DEAF

WESTCARE,INC.

WESTERN GOVERNORS UNIVERSITY

WESTMINSTER ACADEMY

WESTON PAVING COMPANY, INC.

WESTWOOD DAY SCHOOL AND KINDERGARTEN

WHALEY AND SONS, INC.

WHALEY CONSTRUCTION

WHITE & ASSOCIATES HOME ASSISTANCE- ATTN LORI

WHITE CO. BOARD OF EDUCATION

WHITE COUNTY E-911 CONTRACT PERSONNEL

WHITE COUNTY SHERIFF'S OFFICE

WHITE HOUSE POLICE DEPARTMENT- CP

WHITE STONE ACADEMY

WHITESTONE HEALTHCARE, LLC

WHITT COMPANY, INC.

WHOLE CHILD LEARNING COMPANY KNOXVILLE

WILBUR CAMPBELL BACKHOE & DOZER SERVICES, INC.

WILCO SERVICES, LLC

WILDER CONTRACTING, LLC.

WILLIAMS MECHANICAL, LLC

WILLIAMS RESTORATION & WATERPROOFING, INC.

WILLIAMSON CO. BOARD OF EDUCATION

WILLIAMSON CO. CIRCUIT COURT CLERK

WILLIAMSON CO. EMERGENCY MGMT- FP

WILLIAMSON COUNTY CHILD ADVOCACY CENTER

WILLOW OAK CENTER FOR ARTS & LEARNING

WILSON CO. EMERGENCY COMM. DISTRICT

WILSON CO. EMERGENCY MANAGEMENT

WILSON CO. GOVERNMENT

WILSON CO. SCHOOLS

WILSON CONSTRUCTION GROUP, LLC

WILSON COUNTY CASA

WINCHESTER CHRISTIAN ACADEMY

WINDLE HVAC SERVICES

WINDOW CITY, INC.

WINGS ADULT SERVICES

WM CLARK ALZ CARE

WOLFE FIRESTOP, LLC

WOLVERINE CONSTRUCTION, INC.

WONDERLIGHT THERAPY, LLC

WOODBINE COMMUNITY ORGANIZATION

WOODLAND PRESBYTERIAN SCHOOL, INC.

WOODS PAINT COMPANY INC.

WORD OF FAITH CHRISTIAN CHILDCARE & ACADEMY

WORKFORCE ESSENTIALS, INC.

WORTHAM MASONRY

WRIGHT CONTRACTING, INC.

X O COMMUNICATIONS, INC.

XEROX CORPORATE SECURITY

YMCA OF METROPOLITAN CHATTANOOGA

YOUNG SCHOLARS/FSSD

YOUNG TECHNOLOGIES

YOUTH ENGINEERED SUCCESS

YOUTH TOWN OF TENNESSEE, INC. - DEBBIE COOK

YWCA NETN AND SWVA

YWCA OF BRISTOL

YWCA OF KNOXVILLE

ZAYO GROUP, LLC

ZELLNER CONSTRUCTION SERVICES LLC

ZION CHRISTIAN ACADEMY

ATTACH MENT C

City

MEMPHIS

To1al

29070

Avg/Month

2423

NASHVILLE 23211 1934

KNOXVILLE 13906 1 159

CHATIANOOGA 1 1489 957

MURFREESBORO 7203 600

JACKSON 7128 594

CLARKSVILLE

JOHNSON CITY

65??

4887

548

.-l 07

MORRISTOWN 4626 366

SPRING HILL 4474 373

COOKEVILLE 4306 359

GALLATIN 3756 313

KINGSPORT 3444 287

Franklin 3400 283

Maryville 3367 261

GREENBRIAR 3285 274

LEBANON 2805 234

Cleveland 2659 222

Farragut 2277 190

LENOIR CITY 2.056 171

Cordova 1964 164

HARRIMAN 1963 164

ATHENS 1957 163

DICKSON 1745 145

COVINGTON 1737 145

Sevierville 1712 143

Elizabethton 1553 129

UNION CITY 1553 129

MCKENZIE 1489 124

Crossville 1349 112

WINCHESTER 1327 1 11

DYERSBURG 1117 93

LAWRENCEBURG 1036 86

SHELBYVILLE 953 79

COLUMBIA 938 78

BRISTOL 890 74

TAZWELL 787 66

ROGERSVILLE 731 61

Old Hickory 712 59

Lewisburg 546 46

FAYEITEVILLE 520 43

HOHENWALD 514 43

Savannah 400 33

JEFFERSON CITY 397 33

CAMDEN 344 29

RED BOILING SPRIN( 195 16

Somerville 150 13

DAYTON 145 12

West Memphis 55 5

• An applicant with a disqualifying out-of-state arrest applied for a teachercertificate and persuaded a student to provide the applicant her finger-prints. The fingerprints were submitted and the applicant was able toobtain a teaching certificate. The student subsequently was arrestedand the fingerprints hit on her own fingerprints that were in the staterap back system. When the Department of Education received the rapback notification, they discovered that the mug shot did not match theteacher enrolled in rap back. An investigation revealed identity fraudand the case was turned over for criminal prosecution of both theteacher applicant and the student. In this instance rap back preventeda disqualified individual from having continued access to a vulnerablepopulation.

2. The following scenario illustrates how an applicant attempted to cir-cumvent the fingerprinting process in order to obtain a position oftrust, but due to the vigilance of the fingerprinting vendor, the hiringagency was able to successfully prevent the individual from obtainingthe position.

• An individual applied for a health care worker position. Due to thefact that she had a criminal history record, she requested her room-mate be fingerprinted on her behalf. Unbeknownst to her, the room-mate also had a record. However, the fingerprinting agency verifiedthe applicant’s identification and determined that the photo/biographicidentification did not match the applicant’s identity. The fingerprintvendor notified the Department of Health (DPH) that the applicantdid not match the identification submitted. Subsequently, both the ap-plicant and the individual that agreed to submit the false fingerprintswere arrested and charged. Due to verification of the identification, the DPH was able to detect fingerprint fraud and prevent a convictedfelon from obtaining a position of trust as a health care worker.

Federal Legislation and Other Documents Pertinent to this Guide:

34 U.S.C. § 40316 (formerly cited as 42 U.S.C. § 14616)

Public Law 109-13, also referred to as the REAL ID Act (The Emergency Supplemental Appropriations Act for Defense,the Global War on Terror, and Tsunami Relief Act, May 11, 2005)

HSPD-12 (Homeland Security Presidential Directive - 12)

Revised 2014 by the National Crime Prevention and Privacy Compact Council

7

Attachment D

1

The National Crime Prevention and Privacy Compact Council (Com-pact Council) is a15-member body of local, state, and federal govern-

mental officials which prescribes system rules and procedures for the effective and proper operation of the Interstate Identification Index (III) for noncriminal justice purposes.

In recent years, the demand for fingerprint-based background checks for noncriminal justice purposes has increased. Fingerprinting agencies and contractors alike have expressed concern that applicants with a criminal history record may have someone pose as the applicant for fingerprinting purposes. In response to these concerns, the Compact Council prepared this guide for voluntary use in the development of policy, procedures, and practices for applicant identity verification.

Factors to consider

(For the purpose of this guide, “agency” will refer to any agency or contractor responsible for the capture and/or submission of

fingerprints for noncriminal justice purposes.)

In the course of establishing an identity verification program, agencies may choose to consider the following factors:

• Clearly define and document policy, procedure, and practices. Document what is to be accomplished and how it is to be performed.

• Review current business policy, procedure, and practices regarding verification, training, legal obligations, and privacy implications that may be incorporated into a program.

• Develop an understanding of the use of various biometric-based systems.

Preliminary considerations

Coordination with the State Repository

Since the state repository manages the processing of fingerprint submissions to the FBI, it is suggested that appropriate coordination and liaison be estab-lished at that level as a preliminary step toward an identity verification program.

6

E. Implement the use of form(s), which may include the:

1. Date of fingerprinting 2. Reason for fingerprinting 3. Printed name, signature, and/or identification number of

the employee taking the fingerprints 4. Name of employee’s supervisor 5. Supervisor’s signature 6. Address of agency to receive fingerprints 7. Name of agency and physical address where fingerprinting

was performed 8. Type of fingerprint capture (rolled ink, flat ink, live scan, etc.) 9. Applicant’s consent for fingerprinting 10. Type of ID verified (Driver’s License #/State/Expiration Date)

For further information, please visit the Compact Council website at:

www.fbi.gov/services/cjis/compact-council

FingerPrint Fraud scenarios

1. The following scenarios illustrate how an applicant attempted and suc-cessfully circumvented the fingerprinting process in order to obtain a position of trust and the importance of verifying the individual’s identity, as well as maintaining the chain-of-custody:

• An individual applied for, and successfully obtained, a position of trust as a teacher within a school district, after having another in-dividual go to the sheriff’s office and provide his fingerprints. The prospective teacher also utilized his father’s name, which was the same as his. The fingerprints were subsequently submitted to the State Identifica-tion Bureau for a background check. Two years later, the falsified finger-prints were discovered when the teacher was arrested for criminal tres-pass and window peeping. It was also discovered the teacher had a prior arrest and conviction for simple assault and a sexual battery arrest which resulted in a misdemeanor assault conviction. As a result, the individual’s employment was terminated. Subsequently, the individual who had sub-mitted the falsified fingerprints was also arrested for fraudulent activity.

2

Fingerprinter Certification

Another preliminary consideration for states may be the enacting of a state statute establishing a certification process that qualifies the employ-ees capturing the applicant’s fingerprints. Additionally, if the statute were compliant with Public Law 92-544, a state and federal fingerprint-based background check could be performed on the individuals certified to take fingerprints.

Policy, Procedures, and Practices

In developing an identity verification program, the Compact Council sug-gests establishing written policy, procedures, and practices. The following guide may be helpful in the process.

• Determine Policy, Procedures, and Practices

• Create an Identification Validation Guide

• Create Chain of Custody Procedures

Determine Policy, Procedures and Practices

Policy, Procedures, and Practices may include:

A. Training in the capture of fingerprints (rolled or flats, and hard copy or livescan).

B. Certification of employees performing duties under the scope of the identity verification program, which may include recog-nizing and validating authorized identification forms, identification documents, and source documents for identity confirmation.

C. Security considerations:

1. Train employees to recognize and properly utilize the se-curity features of the various forms of identification pre-sented. These features include biometric like photographs and machine-readable technology such as magnetic strips and 2D/3D barcodes.

2. Assign a unique identification number to each employee to be included with each fingerprint submission.

5

• Check the applicant’s signature in person with that on the identification form.

• Ensure that the identification form has not been altered in any manner.

• If available, verify that the machine readable data matches the data on the card when it is scanned.

When an agency has a reason to believe an applicant has presented fraudulent information, agency personnel

should contact local law enforcement. No attempt should be made to detain or pursue the person.

create chain oF custody Procedures

An agency may employ a process to protect the integrity of the applicant’s fingerprints when they are forwarded to the state identification bureau and/or the FBI. The following information provides a guide to developing a chain of custody process:

A. Establish provisions for the agency to manage both manually and electronically captured fingerprints.

B. Establish an agency tracking system (applicant log) using the employee’s name or some other method of identifying the in-dividual capturing the fingerprints and verifying the applicant’s identity.

C. Establish procedures that document the type(s) of identifica-tion used by the applicant.

D. When possible, electronic fingerprint submissions should be used, thus eliminating the return of the fingerprint card to the applicant. However, in those instances when the fingerprints must be returned to the applicant, the agency should establish procedures that use specially sealed envelopes, agency specific stamps, etc. when forwarding the applicant’s manually captured fingerprints.

3

Create an Identification Validation Guide

PrimaryandSecondaryIdentification

Currently most agencies request some type of photo identification card as one method for verifying an individual’s identity. The Compact Council suggests agencies accept only current, valid, and unexpired photo identi-fication documents.

As a primary form of photo identification, the following documents may be presented by an applicant when being fingerprinted:

• State-issued driver’s license*

• U.S. Passport or U.S. Passport Card

• Federal Government Personal Identity Verification Card (PIV)

• Uniformed Services Identification Card

• Department of Defense Common Access Card

• Foreign Passport with Appropriate Immigration Document(s)

• USCIS - Permanent Resident Card (I-551)

• USCIS - Employment Authorization Card (I-766)

• Federal, state, or local government agency ID card with photograph

• U.S. Coast Guard Merchant Mariner Card

• Canadian driver’s license

* For those applicants without a driver’s license, a state identification card may be pre-

sented if the state’s identification card standards are the same as for the driver’s license.

However, in the absence of a primary identification, applicants may provide at least 2 secondary identification documents including:

• State Government Issued Certificate of Birth • U.S. Tribal or Bureau of Indian Affairs Identification Card • Native American tribal document • Social Security Card • Court Order for Name Change/Gender Change/

Adoption/Divorce

4

• Marriage Certificate (Government Certificate Issued) • U.S. Government Issued Consular Report of Birth Abroad • Draft record • School ID with photograph • Certificate of Citizenship (N-560) • Replacement Certificate of Citizenship (N-561) • Certificate of Naturalization (N-550) • Replacement Certificate of Naturalization (N-570)

SecondaryIdentificationDataSupportDocuments

When validating the authenticity of secondary identification documents and forms, the data and information may be supported by at least two of the following current documents:

• Utility Bill (Address) • Jurisdictional Voter Registration Card • Vehicle Registration Card/Title • Paycheck Stub with Name/Address* • Jurisdictional Public Assistance Card • Spouse/Parent Affidavit

* Financial information may be redacted by the individual.

AdditionalIdentificationDataSupportMethods

To further support the validation of the original identification documents, the agency may choose any or all of the following methods to validate the authenticity of the documents:

• Physically examine the applicant’s photo on the identification form/card. Visually compare the photo with the applicant in person.

• Compare the physical descriptors of the applicant to the docu-mentation provided by the applicant (i.e. height, weight, hair and eye color, age, etc.).

• Request the applicant to verbally provide date of birth, address, etc., and check this against the identification forms used.

ATTACHMENT E

National Crime Prevention

and Privacy Compact Council

Security and

Management Control

Outsourcing Standard

for Non-Channelers

Approved by the Council on

May 16, 2018

1

last updated 05/16/2018

SECURITY and MANAGEMENT CONTROL OUTSOURCING STANDARD for

NON-CHANNELERS

The goal of this document is to provide adequate security and integrity for

criminal history record information (CHRI) while under the control or management of an

outsourced third party, the Contractor. Adequate security is defined in Office of

Management and Budget Circular A-130 as “security commensurate with the risk and

magnitude of harm resulting from the loss, misuse, or unauthorized access to or

modification of information.”

The intent of this Security and Management Control Outsourcing Standard

(Outsourcing Standard) is to require that the Contractor maintain a security program

consistent with federal and state laws, regulations, and standards (including the FBI

Criminal Justice Information Services (CJIS) Security Policy) as well as with rules,

procedures, and standards established by the Compact Council and the United States

Attorney General.

This Outsourcing Standard identifies the duties and responsibilities with

respect to adequate internal controls within the contractual relationship so that the

security and integrity of the Interstate Identification Index (III) System and CHRI are not

compromised. The standard security program shall include consideration of site security,

dissemination restrictions, personnel security, system security, and data security.

The provisions of this Outsourcing Standard are established by the

Compact Council pursuant to 28 CFR Part 906 and are subject to the scope of that rule.

They apply to all personnel, systems, networks, and facilities supporting and/or acting on

behalf of the Authorized Recipient to perform noncriminal justice administrative

functions requiring access to CHRI without a direct connection to the FBI CJIS Wide

Area Network (WAN).

1.1 Definitions

1.2 Access to CHRI means to view or make use of CHRI obtained from the III

System but excludes direct access to the III System by computer terminal or

other automated means by Contractors other than those that may be

contracted by the FBI or state criminal history record repositories or as

provided by Title 34, United States Code (U.S.C.), Section 40314 (b),

(formally cited as 42 U.S.C. § 14614(b)).

1.3 Authorized Recipient means (1) a nongovernmental entity authorized by

federal statute or federal executive order to receive CHRI for noncriminal

justice purposes, or (2) a government agency authorized by federal statute,

federal executive order, or state statute which has been approved by the

United States Attorney General to receive CHRI for noncriminal justice

purposes.

2

last updated 05/16/2018

1.4 Chief Administrator means the primary administrator of a Nonparty State’s

criminal history record repository or a designee of such administrator who

is a regular full-time employee of the repository, which is also referred to as

the State Identification Bureau (SIB) Chief.

1.5 CHRI, as referred to in Article I(4) of the Compact, means information

collected by criminal justice agencies on individuals consisting of

identifiable descriptions and notations of arrests, detentions, indictments, or

other formal criminal charges, and any disposition arising therefrom,

including acquittal, sentencing, correctional supervision, or release; but

does not include identification information such as fingerprint records if

such information does not indicate involvement of the individual with the

criminal justice system.

1.6 Criminal History Record Check, for purposes of this Outsourcing Standard

only, means an authorized noncriminal justice fingerprint-based search of a

state criminal history record repository and/or the FBI system.

1.7 Compact Officer, as provided in Article I(2) of the Compact, means (A)

with respect to the Federal Government, an official [FBI Compact Officer]

so designated by the Director of the FBI [to administer and enforce the

compact among federal agencies], or (B) with respect to a Party State, the

chief administrator of the State’s criminal history record repository or a

designee of the chief administrator who is a regular full-time employee of

the repository.

1.8 Contractor means a government agency, a private business, non-profit

organization or individual, that is not itself an Authorized Recipient with

respect to the particular noncriminal justice purpose, who has entered into a

contract with an Authorized Recipient to perform noncriminal justice

administrative functions requiring access to CHRI.

1.9 Dissemination means the disclosure of III CHRI by an Authorized

Recipient to an authorized Contractor, or by the Contractor to another

Authorized Recipient consistent with the Contractor’s responsibilities and

with limitations imposed by federal and state laws, regulations, and

standards as well as rules, procedures, and standards established by the

Compact Council and the United States Attorney General.

1.10 Identity History Summary (IdHS), for the purposes of this Outsourcing

Standard, means the report of all identification, demographic, and event

information (criminal and/or civil) within a Next Generation Identification

(NGI) Identity record which may be disseminated to an Authorized

Recipient contingent upon legislation and federal regulations. The IdHS

contains the criminal justice information associated with criminal

fingerprint (i.e., “rap sheets”) and/or noncriminal justice information

associated with the civil fingerprints, therefore the existence of an IdHS

3

last updated 05/16/2018

alone does not reflect criminal history events on that NGI Identity. This

term is unique to NGI and is not intended to affect other agencies’ use of

the term “rap sheet” to describe reports of information in their identification

repositories.

1.11 Noncriminal Justice Administrative Functions means the routine

noncriminal justice administrative functions relating to the processing of

CHRI, to include but not limited to the following: 1. Making fitness determinations/recommendations

2. Obtaining missing dispositions

3. Disseminating CHRI as authorized by Federal statute, Federal

Executive Order, or State statute approved by the United States

Attorney General

4. Other authorized activities relating to the general handling, use, and

storage of CHRI

1.12 Noncriminal Justice Purposes, as provided in Article I(18) of the Compact,

means uses of criminal history records for purposes authorized by federal

or state law other than purposes relating to criminal justice activities,

including employment suitability, licensing determinations, immigration

and naturalization matters, and national security clearances.

1.13 Outsourcing Standard means a document approved by the Compact

Council after consultation with the United States Attorney General which is

to be incorporated by reference into a contract between an Authorized

Recipient and a Contractor. This Outsourcing Standard authorizes access

to CHRI for noncriminal justice purposes, limits the use of the information

to the purposes for which it is provided, prohibits retention and/or

dissemination except as specifically authorized, ensures the security and

confidentiality of the information, provides for audits and sanctions,

provides conditions for termination of the contract, and contains such other

provisions as the Compact Council may require.

1.14 Personally Identifiable Information (PII) means information which can be

used to distinguish or trace an individual’s identity, such as name, social

security number, or biometric records, alone or when combined with other

personal or identifying information which is linked or linkable to a specific

individual, such as date and place of birth, or mother’s maiden name.

1.15 Physically Secure Location means a facility or an area, a room, or a group

of rooms, within a facility with both the physical and personnel security

controls sufficient to protect CHRI and associated information systems.

1.16 PII Breach means the loss of control, compromise, unauthorized disclosure,

unauthorized acquisition, unauthorized access or any similar term referring

to situations where persons other than the authorized users, and for other

4

last updated 05/16/2018

than authorized purposes, have access or potential access to PII, whether

physical or electronic.

1.17 Positive Identification, as provided in Article I(20) of the Compact, means a

determination, based upon a comparison of fingerprints1

or other equally reliable biometric identification techniques, that the subject of a record search is the same person as the subject of a criminal history record or

records indexed in the III System. Identifications based solely upon a comparison of subjects’ names or other non-unique identification

characteristics or numbers, or combinations thereof, shall not constitute positive identification.

1.18 Public Carrier Network means a telecommunications infrastructure

consisting of network components that are not owned, operated, and

managed solely by the agency using that network, i.e., any

telecommunications infrastructure which supports public users other than

those of the agency using that network. Examples of a public carrier

network include but are not limited to the following: Dial-up and Internet

connections, network connections to Verizon, network connections to

AT&T, ATM Frame Relay clouds, wireless networks, wireless links, and

cellular telephones. A public carrier network provides network services to

the public; not just to the single agency using that network.

1.19 Security Violation means the failure to prevent or failure to institute

safeguards to prevent access, use, retention, or dissemination of CHRI in

violation of: (A) Federal or state law, regulation, or Executive Order; or

(B) a rule, procedure, or standard established by the Compact Council and

the United States Attorney General.

2.1 Responsibilities of the Authorized Recipient

2.2 Prior to engaging in outsourcing any noncriminal justice administrative

functions, the Authorized Recipient shall: (a) Request and receive written

permission from (1) the State Compact Officer/Chief Administrator2

or (2)

1 The Compact Council currently defines positive identification for noncriminal justice

purposes as identification based upon a qualifying ten-rolled or qualifying ten-flat

fingerprint submission. Further information concerning positive identification may be

obtained from the FBI Compact Council office.

2The Compact Officer/Chief Administrator may not grant such permission unless he/she has

implemented a combined state/federal audit program to, at a minimum, triennially audit a

representative sample of the Contractors and Authorized Recipients engaging in outsourcing

with the first of such audits to be conducted within one year of the date the Contractor first

receives CHRI under the approved outsourcing agreement. A representative sample will be

based on generally accepted statistical sampling methods.

5

last updated 05/16/2018

the FBI Compact Officer3; and (b) provide the State Compact Officer/Chief

Administrator or the FBI Compact Officer copies of the specific authority

for the outsourced work, criminal history record check requirements, and/or

a copy of relevant portions of the contract as requested.

2.3 The Authorized Recipient shall execute a contract or agreement prior to

providing a Contractor access to CHRI. The contract shall, at a minimum,

incorporate by reference and have appended thereto this Outsourcing

Standard.

2.4 The Authorized Recipient shall, in those instances when the Contractor is to

perform duties requiring access to CHRI, specify the terms and conditions

of such access; limit the use of such information to the purposes for which

it is provided; limit retention of the information to a period of time not to

exceed that period of time the Authorized Recipient is permitted to retain

such information; prohibit dissemination of the information except as

specifically authorized by federal and state laws, regulations, and standards

as well as with rules, procedures, and standards established by the Compact

Council and the United States Attorney General; ensure the security and

confidentiality of the information to include confirmation that the intended

recipient is authorized to receive CHRI; provide for audits and sanctions;

provide conditions for termination of the contract; and ensure that

Contractor personnel comply with this Outsourcing Standard.

a. The Authorized Recipient shall conduct criminal history record checks of Contractor personnel having access to CHRI if such checks of the Authorized Recipient’s personnel are required or

authorized under an existing federal statute, executive order, or state statute approved by the United States Attorney General under Public

Law 92-544.4

The Authorized Recipient shall maintain updated records of Contractor personnel who have access to CHRI and

update those records within 24 hours when changes to that access

3State or local Authorized Recipients based on State or Federal Statutes shall contact the

State Compact Officer/Chief Administrator. Federal or Regulatory Agency Authorized

Recipients shall contact the FBI Compact Officer.

4If a national criminal history record check of Authorized Recipient personnel having

access to CHRI is mandated or authorized by a federal statute, executive order, or state

statute approved by the United States Attorney General under Public Law 92-544, the

State Compact Officer/Chief Administrator and/or the FBI Compact Officer must ensure

Contractor personnel accessing CHRI are either covered by the existing law or that the

existing law is amended to include such Contractor personnel prior to authorizing

outsourcing initiatives. The national criminal history record checks of Contractor

personnel with access to CHRI cannot be outsourced and must be performed by the

Authorized Recipient.

6

last updated 05/16/2018

occur and, if a criminal history record check is required, the

Authorized Recipient shall maintain a list of Contractor personnel

who successfully completed the criminal history record check.

b. The Authorized Recipient shall ensure that the Contractor maintains

site security. (See the current CJIS Security Policy

[www.fbi.gov/about-us/cjis/cjis-security-policy-resource-center/view])

c. The State Compact Officer/Chief Administrator or the FBI Compact

Officer shall make available the most current versions of both the

Outsourcing Standard and the CJIS Security Policy to the

Authorized Recipient within 60 calendar days (unless otherwise

directed) of notification of successor versions of the Outsourcing

Standard and/or the CJIS Security Policy. The Authorized Recipient

shall notify the Contractor within 60 calendar days of the FBI/state

notification regarding changes or updates to the Outsourcing

Standard and/or the CJIS Security Policy. The Authorized Recipient

shall be responsible to ensure the most updated versions are

incorporated by reference at the time of contract, contract renewal,

or within the 60 calendar day notification period, whichever is

sooner.

d. The Authorized Recipient and/or Contractor shall make available to

the State Compact Officer/Chief Administrator or the FBI Compact

Officer the relevant portions of the current and approved contract

relating to CHRI, upon request.

2.5 The Authorized Recipient shall understand the communications and record

capabilities of the Contractor which has access to federal or state records

through, or because of, its outsourcing relationship with the Authorized

Recipient. The Authorized Recipient shall request and approve a

topological drawing which depicts the interconnectivity of the Contractor's

network configuration as it relates to the outsourced function(s). The

Authorized Recipient shall understand and approve any modifications to

the Contractor’s network configuration as it relates to the outsourced

function(s). For approvals granted through the State Compact

Officer/Chief Administrator, the Authorized Recipient, if required, shall

coordinate the approvals with the State Compact Officer/Chief

Administrator.

2.6 The Authorized Recipient is responsible for the actions of the Contractor

and shall monitor the Contractor’s compliance to the terms and conditions

of the Outsourcing Standard. For approvals granted through the FBI

Compact Officer, the Authorized Recipient shall certify to the FBI

Compact Officer that an audit was conducted with the Contractor within 90

days of the date the Contractor first receives CHRI under the approved

7

last updated 05/16/2018

outsourcing agreement. For approvals granted through the State Compact

Officer/Chief Administrator, the Authorized Recipient, in conjunction with

the State Compact Officer/Chief Administrator, will conduct an audit of the

Contractor within 90 days of the date the Contractor first receives CHRI

under the approved outsourcing agreement. The Authorized Recipient shall

certify to the State Compact Officer/Chief Administrator that the audit was

conducted.

2.7 The Authorized Recipient shall provide written notice of any early

voluntary termination of the contract to the Compact Officer/Chief

Administrator or the FBI Compact Officer.

2.8 The Authorized Recipient shall appoint an Information Security Officer.

The Authorized Recipient’s Information Security Officer shall:

a. Serve as the security POC for the FBI CJIS Division Information

Security Officer. b. Document technical compliance with this Outsourcing Standard.

c. Establish a security incident response and reporting procedure to

discover, investigate, document, and report on major incidents that

significantly endanger the security or integrity of the noncriminal

justice agency systems to the CJIS Systems Officer, State Compact

Officer/Chief Administrator and the FBI CJIS Division Information

Security Officer.

2.9 The Authorized Recipient shall immediately (within one hour) notify the

State Compact Officer/Chief Administrator or the FBI of any PII breach.

The Authorized Recipient shall also provide a written report of any PII

breach (to include unauthorized access to CHRI by the Contractor) to the

State Compact Officer/Chief Administrator or the FBI within five calendar

days of receipt of the initial report of the PII breach. The written report

must include corrective actions taken by the Authorized Recipient and, if

necessary, the Contractor to resolve such PII breach.

3.1 Responsibilities of the Contractor

3.2 The Contractor and its employees shall comply with all federal and state

laws, regulations, and standards (including the CJIS Security Policy) as

well as with rules, procedures, and standards established by the Compact

Council and the United States Attorney General.

3.3 The Contractor shall develop, document, administer, and maintain a

Security Program (Physical, Personnel, and Information Technology) to

comply with the most current Outsourcing Standard and the most current

CJIS Security Policy. The Security Program shall describe the

implementation of the security requirements outlined in this Outsourcing

Standard and the CJIS Security Policy. In addition, the Contractor is also

8

last updated 05/16/2018

responsible to set, maintain, and enforce the standards for the selection,

supervision, and separation of personnel who have access to CHRI. The

Authorized Recipient shall provide the written approval to the State

Compact Officer/Chief Administrator or the FBI Compact Officer of a

Contractor’s Security Program. For approvals granted through the State

Compact Officer/Chief Administrator, it is the responsibility of the State

Compact Officer/Chief Administrator to ensure the Authorized Recipient is

in compliance with the CJIS Security Policy. 3.4 The requirements for a Security Program should include, at a minimum:

a) Description of the implementation of the security requirements

described in this Outsourcing Standard and the CJIS Security Policy. b) Security Training.

c) Guidelines for documentation of security violations to include:

i) Develop and maintain a written incident reporting plan to address

security events, to include violations and incidents. (See the CJIS

Security Policy

{www.fbi.gov/about-us/cjis/cjis-security-policy-resource-center/

view}). ii) A process in place for reporting security violations.

d) Standards for the selection, supervision, and separation of personnel

with access to CHRI.

**If the Contractor is using a corporate policy, it must meet the

requirements outlined in this Outsourcing Standard and the CJIS Security

Policy. If the corporate policy is not this specific, it must flow down to a

level where the documentation supports these requirements.

3.5 Except when the training requirement is retained by the Authorized

Recipient, the Contractor shall develop a Security Training Program for all

Contractor personnel with access to CHRI prior to their

appointment/assignment. The Authorized Recipient shall review and

provide to the Contractor written approval of the Security Training Program.

Training shall be provided upon receipt of notice from the Compact

Officer/Chief Administrator on any changes to federal and state laws,

regulations, and standards as well as with rules, procedures, and standards

established by the Compact Council and the United States Attorney General.

Annual refresher training shall also be provided. The Contractor shall

annually, not later than the anniversary date of the contract, certify in

writing to the Authorized Recipient that annual refresher training was

completed for those Contractor personnel with access to CHRI.

3.6 The Contractor shall make its facilities available for announced and

unannounced audits and security inspections performed by the Authorized

Recipient, the state, or the FBI on behalf of the Compact Council.

9

last updated 05/16/2018

3.7 The Contractor’s Security Program is subject to review by the Authorized

Recipient, the Compact Officer/Chief Administrator, and the FBI CJIS

Division. During this review, provision will be made to update the Security

Program to address security violations and to ensure changes in policies

and standards as well as changes in federal and state law are incorporated.

3.8 The Contractor shall maintain CHRI only for the period of time necessary

to fulfill its contractual obligations but not to exceed the period of time that

the Authorized Recipient is authorized to maintain and does maintain the

CHRI.

3.9 The Contractor shall maintain a log of any dissemination of CHRI, for a

minimum of 365 days.

3.10 The Authorized Recipient and/or Contractor shall make available to the

State Compact Officer/Chief Administrator or the FBI Compact Officer the

relevant portions of the current and approved contract relating to CHRI,

upon request.

4.1 Site Security

4.2 The Authorized Recipient shall ensure that the Contractor site(s) is a

physically secure location to protect against any unauthorized access to

CHRI.

5.1 Dissemination

5.2 The Contractor shall not disseminate CHRI without the consent of the

Authorized Recipient, and as specifically authorized by federal and state

laws, regulations, and standards as well as with rules, procedures, and

standards established by the Compact Council and the United States

Attorney General.

5.3 An up-to-date log concerning dissemination of CHRI shall be maintained

by the Contractor for a minimum one year retention period. This log must

clearly identify: (A) the Authorized Recipient with unique identifiers to

include the FBI assigned Originating Agency Idenifiers to include the FBI

assigned Originating Agency Identifier (ORI)/Originating Agency Case

(OCA) number, (B) the Transaction Control Number (TCN), (C) the date of

dissemination, (D) the statutory authority for dissemination, and (E) the

means of dissemination.

5.4 If CHRI is stored or disseminated in an electronic format, the Contractor

shall protect against unauthorized access to the equipment and any of the

data. In no event shall responses containing CHRI be disseminated other

than as governed by this Outsourcing Standard or more stringent contract

requirements.

10

last updated 05/16/2018

6.1 Personnel Security

6.2 If a local, state, or federal written standard requires or authorizes a criminal

history record check of the Authorized Recipient's personnel with access to

CHRI, then a criminal history record check shall be required of the

Contractor's (and approved Sub-Contractor’s) employees having access to

CHRI. Criminal history record checks of Contractor and approved

Sub-Contractor employees, at a minimum, will be no less stringent than

criminal history record checks that are performed on the Authorized

Recipient’s personnel performing similar functions. Criminal history

record checks must be completed prior to accessing CHRI under the

contract.

6.3 The Contractor shall ensure that each employee performing work under the

contract is aware of the requirements of the Outsourcing Standard and the

state and federal laws governing the security and integrity of CHRI. The

Contractor shall confirm in writing that each employee has certified in

writing that he/she understands the Outsourcing Standard requirements and

laws that apply to his/her responsibilities. The Contractor shall maintain

the employee certifications in a file that is subject to review during audits.

Employees shall make such certification prior to performing work under the

contract.

6.4 The Contractor shall maintain updated records of personnel who have

access to CHRI, update those records within 24 hours when changes to that

access occur, and if a criminal history record check is required, maintain a

list of personnel who have successfully completed criminal history record

checks. The Contractor shall notify Authorized Recipients within 24 hours

when additions or deletions occur.

7.1 System Security

7.2 The Contractor’s security system shall comply with the CJIS Security

Policy in effect at the time the Outsourcing Standard is incorporated into

the contract and with successor versions of the CJIS Security Policy.

a. Devices shall be implemented to provide a point of defense and a

controlled and audited access to CHRI, both from inside and outside

the networks.

b. Data encryption shall be required for data in transit pursuant to the

requirements in the CJIS Security Policy.

7.3 The Contractor shall provide for the secure storage and disposal of all hard

copy and media associated with the system to prevent access by

unauthorized personnel. See the current CJIS Security Policy to address:

11

last updated 05/16/2018

[www.fbi.gov/about-us/cjis/cjis-security-policy-resource-center/view]

a. Physically secure location.

b. Sanitization procedures for all fixed and non-fixed storage media.

c. Storage procedures for all fixed and non-fixed storage media.

7.4 To prevent and/or detect unauthorized access to CHRI in transmission or

storage, each Authorized Recipient, Contractor, or Sub-Contractor must be

assigned a unique identifying number.

8.1 Security Violations

8.2 Duties of the Authorized Recipient and Contractor

a. The Authorized Recipient shall develop and maintain a written

policy for discipline of Contractor employees who violate the

security provisions of the contract, which includes this Outsourcing

Standard that is incorporated by reference. The Authorized

Recipient shall develop and maintain a written incident reporting

plan for security events, to include violations and incidents. (See

also Sections 2.07 and 3.03)

b. Pending investigation, the Contractor shall, upon detection or

awareness, suspend any employee who commits a security violation

from assignments in which he/she has access to CHRI under the

contract.

c. The Contractor shall immediately (within one hour of discovery)

notify the Authorized Recipient, the State Compact Officer/Chief

Administrator, or the FBI of any security violation to include

unauthorized access to CHRI. Within five calendar days of such

discovery, the Contractor shall provide the Authorized Recipient, the

State Compact Officer/Chief Administrator or the FBI a written

report documenting such security violation, corrective actions taken

by the Contractor to resolve such violation, and the date, time, and

summary of the violation.

d. The Authorized Recipient shall immediately (within four hours)

notify the State Compact Officer/Chief Administrator and the FBI

Compact Officer of any security violation or termination of the

contract, to include unauthorized access to CHRI made available

pursuant to the contract. The Authorized Recipient shall provide a

written report of any security violation (to include unauthorized

access to CHRI by the Contractor) to the State Compact

Officer/Chief Administrator, if applicable, and the FBI Compact

Officer, within five calendar days of receipt of the written report

from the Contractor. The written report must include any corrective

actions taken by the Contractor and the Authorized Recipient to

12

last updated 05/16/2018

resolve such security violation.

8.3 Termination of the contract by the Authorized Recipient for security

violations

a. The contract is subject to termination by the Authorized Recipient

for security violations involving CHRI obtained pursuant to the

contract.

b. The contract is subject to termination by the Authorized Recipient

for the Contractor’s failure to notify the Authorized Recipient of any

security violation or to provide a written report concerning such

violation.

c. If the Contractor refuses to or is incapable of taking corrective

actions to successfully resolve a security violation, the Authorized

Recipient shall terminate the contract. 8.4 Suspension or termination of the exchange of CHRI for security violations

a. Notwithstanding the actions taken by the State Compact Officer, if

the Authorized Recipient fails to provide a written report notifying

the State Compact Officer/Chief Administrator or the FBI Compact

Officer of a security violation, or refuses to or is incapable of taking

corrective action to successfully resolve a security violation, the

Compact Council or the United States Attorney General may

suspend or terminate the exchange of CHRI with the Authorized

Recipient pursuant to 28 CFR §906.2(d).

b. If the exchange of CHRI is suspended, it may be reinstated after

satisfactory written assurances have been provided to the Compact

Council Chairman or the United States Attorney General by the

Compact Officer/Chief Administrator, the Authorized Recipient and

the Contractor that the security violation has been resolved. If the

exchange of CHRI is terminated, the Contractor’s records (including

media) containing CHRI shall be deleted or returned in accordance

with the provisions and time frame as specified by the Authorized

Recipient.

8.5 The Authorized Recipient and Contractor shall provide written notice

(through the State Compact Officer/Chief Administrator if applicable) to

the FBI Compact Officer of the following: a. The termination of a contract for security violations.

b. Security violations involving the unauthorized access to CHRI.

c. The Contractor’s name and unique identification number, the nature

of the security violation, whether the violation was intentional, and

the number of times the violation occurred. 8.6 The Compact Officer/Chief Administrator, Compact Council and the

13

last updated 05/16/2018

United States Attorney General reserve the right to investigate or decline to

investigate any report of unauthorized access to CHRI.

8.7 The Compact Officer/Chief Administrator, Compact Council, and the

United States Attorney General reserve the right to audit the Authorized

Recipient and the Contractor's operations and procedures at scheduled or

unscheduled times. The Compact Council, the United States Attorney

General, and the state are authorized to perform a final audit of the

Contractor's systems after termination of the contract.

9.1 PII

9.2 The Contractor is responsible for protecting all PII in its possession and

control when handling, using, or storing CHRI.

9.3 The Contractor shall notify authorized individuals of their right to report

PII breaches directly to the FBI should they believe their information has

been mishandled or compromised.

9.4 The Contractor shall immediately (within one hour of discovery) notify the

Authorized Recipient, the State Compact Officer/Chief Administrator, or

the FBI of any PII breach or potential PII breach. Within five calendar

days of such discovery, the Contractor shall provide the Authorized

Recipient, the State Compact Officer/Chief Administrator, or the FBI a

written report documenting such violation and corrective actions taken to

resolve such violation, to include the date, time, and summary of the

notification to resolve such breach.

10.1 Miscellaneous Provisions

10.2 This Outsourcing Standard does not confer, grant, or authorize any rights,

privileges, or obligations to any persons other than the Contractor, the

Authorized Recipient, Compact Officer/Chief Administrator (where

applicable), and the FBI.

10.3 The following document is incorporated by reference and made part of this

Outsourcing Standard: (1) The CJIS Security Policy.

10.4 The terms set forth in this document do not constitute the sole understanding by and between the parties hereto; rather they provide a minimum basis for the security of the system and the CHRI accessed therefrom and it is understood that there may be terms and conditions of the appended contract which impose more stringent requirements upon the

Contractor.5

5Such conditions could include additional audits, fees, or security requirements. The

Compact Council, Authorized Recipients, and the Compact Officer/Chief Administrator

have the explicit authority to require more stringent standards than those contained in the

Outsourcing Standard.

14

last updated 05/16/2018

10.5 The minimum security measures as outlined in this Outsourcing Standard

may only be modified by the Compact Council. Conformance to such

security measures may not be less stringent than stated in this Outsourcing

Standard without the consent of the Compact Council in consultation with

the United States Attorney General.

10.6 This Outsourcing Standard may only be modified by the Compact Council

and may not be modified by the parties to the appended contract without

the consent of the Compact Council.

10.7 Appropriate notices, assurances, and correspondence to the FBI Compact

Officer, Compact Council, and the United States Attorney General required

by Section 8.0 of this Outsourcing Standard shall be forwarded by First

Class Mail to:

FBI Compact Officer

1000 Custer Hollow Road

Module D-3

Clarksburg, WV 26306

11.1 Exemption from Above Provisions

11.2 An Information Technology (IT) contract need only include Sections 1.0,

2.01, 2.02, 2.03, 3.01, 6.0, 8.0, and 9.0 of this Outsourcing Standard for

Non-Channelers when all of the following conditions exist:

1. Access to CHRI by the IT contractor's personnel is limited

solely for the development and/or maintenance of the

Authorized Recipient's computer system;

2. Access to CHRI is incidental, but necessary, to the duties

being performed by the IT contractor;

3. The computer system resides within the Authorized

Recipient's facility;

4. The Authorized Recipient's personnel supervise or work

directly with the IT contractor personnel;

5. The Authorized Recipient maintains complete, positive

control of the IT contractor’s access to the computer system

and CHRI contained therein; and

6. The Authorized Recipient retains all of the duties and

responsibilities for the performance of its authorized

noncriminal justice administrative functions, unless it

executes a separate contract to perform such noncriminal

justice administrative functions, subject to all applicable

requirements, including the Outsourcing Standard. 11.3 An Authorized Recipient’s contract where access to CHRI is limited solely

for the purposes of: (A) storage (referred to as archiving in some states) of

the CHRI at the Contractor’s facility; (B) retrieval of the CHRI by

Contractor personnel on behalf of the Authorized Recipient with appropriate

security measures in place to protect the CHRI; and/or (C) destruction of

the CHRI by Contractor personnel when not observed by the Authorized

Recipient need only include Sections 1.0, 2.01, 2.02, 2.03, 3.01,

4.1 , 6.0, 8.0, and 9.0 of this Outsourcing Standard for Non-Channelers

when all of the following conditions exist:

1. Access to CHRI by the Contractor is limited solely for the

purposes of: (A) storage (referred to as archiving in some

states) of the CHRI at the Contractor’s facility; (B) retrieval

of the CHRI by Contractor personnel on behalf of the

Authorized Recipient with appropriate security measures in

place to protect the CHRI; and/or (C) destruction of the CHRI

by Contractor personnel when not observed by the

Authorized Recipient;

2. Access to CHRI is incidental, but necessary, to the duties

being performed by the Contractor;

3. The Contractor is not authorized to disseminate CHRI to any

other agency or contractor on behalf of the Authorized

Recipient;

4. The Contractor’s personnel are subject to the same criminal

history record checks as the Authorized Recipient’s

personnel;

5. The criminal history record checks of the Contractor

personnel are completed prior to work on the contract or

agreement;

6. The Authorized Recipient retains all other duties and

responsibilities for the performance of its authorized

noncriminal justice administrative functions, unless it

executes a separate contract to perform such noncriminal

justice administrative functions, subject to all applicable

requirements, including the Outsourcing Standard; and

7. The Contractor stores the CHRI in a physically secure

location.

12.1 Duties of the State Compact Officer/Chief Administrator

12.2 The State Compact Officer/Chief Administrator shall review legal authority

and respond in writing to the Authorized Recipient’s request to outsource

noncriminal justice administrative functions.

15

last updated 05/16/2018

16

last updated 05/16/2018

12.3 The State Compact Officer/Chief Administrator reserves the right to review

relevant portions of the outsourcing contract relating to CHRI throughout

the duration of the contract approval.

12.4 The State Compact Officer/Chief Administrator must ensure criminal

history record checks on approved Contractor and Sub-Contractor

employees with access to CHRI are completed by the Authorized Recipient,

if such checks are required or authorized of the Authorized Recipient

personnel by federal statute, executive order, or state statute approved by

the United States Attorney General under Public Law 92-544. Criminal

history record checks should be no less stringent than the checks performed

on the Authorized Recipient personnel. Criminal history record checks

must be completed prior to accessing CHRI under the contract.

12.5 Coordinate with the Authorized Recipient for the review and approval of

the Contractor’s Topological drawing which depicts the interconnectivity of

the Contractor’s network configuration as it relates to the outsourcing

function(s).

12.6 90 Day Compliance Review

a. The State Compact Officer/Chief Administrator shall work in

coordination with the Authorized Recipient to conduct an audit of

the Contractor within 90 days of the date the Contractor first

receives CHRI under the approved outsourcing agreement.

b. The State Compact Officer/Chief Administrator shall review the

Authorized Recipient’s audit certification to ensure compliance with

the Outsourcing Standard.

i) The State Compact Officer/Chief Administrator shall address

concerns with the Authorized Recipient resulting in non-compliance

with the 90 day audit of the Contractor.

ii) The State Compact Officer/Chief Administrator shall have the right

to terminate an Authorized Recipient’s Outsourcing approval to a

Contractor(s) for failure or refusal to correct a non-compliance

issue(s).

12.7 The State Compact Officer/Chief Administrator shall coordinate with the

Authorized Recipient to review the Contractor’s Security Program. The

program shall describe the implementation of the security requirements

outlined in this Outsourcing Standard and the CJIS Security Policy. During

the review, provisions will be made to update the Security Program to

address security events and to ensure changes in policies and standards, as

well as changes in federal and state law, are incorporated.

12.8 The State Compact Officer/Chief Administrator shall audit the Authorized

Recipient and/or Contractor’s operations and procedures. This may be

done at scheduled and unscheduled times.

12.9 The State Compact Officer/Chief Administrator shall assign a unique

17

last updated 05/16/2018

identifying number to each Authorized Recipient, Contractor, or

Sub-Contractor to ensure system security.

12.10 The State Compact Officer/Chief Administrator shall require immediate

(within four hours) notification by the Authorized Recipient of any security

event, to include security violations and incidents or termination of the

contract, to include unauthorized access to CHRI made available pursuant

to the contract. The State Compact Officer/Chief Administrator shall

receive a written report from the Authorized Recipient of any security event

(to include unauthorized access to CHRI by the Contractor) within five

calendar days of receipt of the written report from the Contractor, that must

include any corrective actions taken by the Contractor and Authorized

Recipient to resolve such security event. (See the CJIS Security Policy

{www.fbi.gov/about-us/cjis/cjis-security-policy-resource-center/view})

12.11 Suspension or termination of the exchange of CHRI for security events.

a. The State Compact Officer/Chief Administrator may suspend or

terminate the exchange of CHRI for security events or refusal or

incapability to take corrective action to successfully resolve a

security event.

b. The State Compact Officer/Chief Administrator may reinstate access

to CHRI between the Authorized Recipient and the Contractor after

receiving written assurance(s) of corrective action(s) from the

Authorized Recipient and/or the Contractor.

12.12 The State Compact Officer/Chief Administrator shall provide written

notification to the FBI Compact Officer of the termination of a contract for

security events to include the security events involving access to CHRI; the

Contractor’s name and unique identification number; the nature of the

security event; whether the event was intentional; and the number of times

the event occurred.

12.13 The State Compact Officer/Chief Administrator reserves the right to

investigate or decline to investigate any report of unauthorized access to

CHRI.

12.14 The State Compact Officer/Chief Administrator is authorized to perform a

final audit of the Contractor’s system following termination of contract.