Gulfport, Mississippi May 21, 2007

Size: px
Start display at page:

Download "Gulfport, Mississippi May 21, 2007"

Transcription

1 SECTION SUPPLEMENTARY CONDITIONS 1. GENERAL: 1.01 GENERAL CONDITIONS: Whenever the term "General Conditions" is used in the specification, it refers to the "Construction Contract Clauses (Fixed Price)." 1.02 CLAUSES AND PROVISIONS: The designation FAR and GSAM in the clauses and provisions refer to the sources of the clauses which provide for their use. FAR refers to the Federal Acquisition Regulations and GSAM refers to the General Services Administration Acquisition Regulations. The FAR is published in Title 48 of the Code of Federal Regulations, Chapter 1 (48 CFR 1). The GSAM appears in Chapter 5 of Title 48 (48 CFR 5). Occasionally, the term "Alternate" appears in a title. This term reflects the selected alternate wording of the particular clause or provision which appears in the FAR or GSAM. 2. PERFORMANCE: 2.01 FAR COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984): The Contractor shall be required to: A. Commence work under this contract within one (1) calendar day after the date the Contractor receives notice to proceed. B. Prosecute the work diligently, and: C. Performance Period. Complete the contract work ready for use not later than the proposed Performance Period (not to exceed 854 calendar days) after effective notice to proceed. The time stated for completion shall include final cleanup of the premises FAR LIQUIDATED DAMAGES - CONSTRUCTION (SEP 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of _$6,246_ [Contracting Officer insert amount] for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (End of clause) 3. INSURANCE: 3.01 INSURANCE: The contractor must refer to the clauses "Insurance Work on Government Installation" and "Insurance" of the Construction Contract Clauses (Fixed-Price). The coverages specified below, pursuant to subpart of the Federal Acquisition Regulation (FAR), are the minimum insurance required. NOTE: The clause "Insurance" requires that "the United States of America, acting by and through the General Services Administration" be named as an additional insured. General Services Administration 1 Public Buildings Service

2 A. Workers' Compensation and Employers' Liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employers' liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employers' liability coverage of at least $100,000 shall be required, except in the States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. B. General Liability. (1) The contractor shall provide bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property Damage liability insurance shall be required only in special circumstances as determined by the agency. C. Automobile Liability. The contractor shall provide automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 4. Resource Conservation and Recovery Act (RCRA) and Greening the Government Through Waste Prevention, Recycling and Federal Acquisitions (E.O ) GSA s policy is to procure and use products containing post-consumer content (recycled material). In order to promote the utilization of recovered materials in the manufacture of building products to the maximum extent practicable, the minimum content standards in Tables, below, have been established by EPA. If this solicitation provides for the use of building products for which a minimum content standard is not contained in the table, the contractor shall use its best efforts to provide building products with the maximum percentage of recovered materials. The Environmental Protection Agency (EPA) has published Comprehensive Procurement Guidelines (CPG) items and their associated Recovered Materials Advisory Notices (RMANs) on the internet at http;:// The following CPG items have been identified associated with this solicitation. TABLE MINIMUM CONTENT STANDARDS FOR RECOVERED MATERIALS IN BUILDING INSULATION PRODUCTS General Services Administration 2 Public Buildings Service

3 Product Material Postconsumer Content (%) Total Recovered Material Content (%) Rock Wool Slag Fiberglass Glass Cullet Cellulose Loose-Fill Postconsumer and Spray On Paper Perlite Composite Postconsumer Board Paper Plastic rigid foam, polyisocyanurate/ polyurethane: Rigid Foam Foam-in-Place Glass Fiber Reinforced Phenolic Rigid Foam Plastic, Non-Woven Batt Recoverd and/or Postconsumer Plastics TABLE MINIMUM CONTENT STANDARDS FOR RECOVERED MATERIALS IN SHOWER & RESTROOM DIVIDERS/PARTITIONS Material Postconsumer Content (%) Total Recovered Materials Content (%) Steel Plastic FAR Certification and Estimate of Percentage of Recovered Material Content for EPA Designated Items. (Aug 2000) (Applies to contracts over $100,000 that are for, or specify the use of recovered materials) (a) Definitions. As used in this clause- Postconsumer material means a material or finished product that has served its intended use and has been discarded for disposal or recovery, having completed its life as a consumer item. Postconsumer material is a part of the broader category of recovered material. Recovered material means waste materials and by-products recovered or diverted from solid waste, but the term does not include those materials and by-products generated from, and commonly reused within, an original manufacturing process. General Services Administration 3 Public Buildings Service

4 (b) The Contractor, on completion of this contract shall (1) Estimate the percentage of the total recovered material used in contract performance, including, if applicable, the percentage of postconsumer material content; and (2) Submit this estimate to [Contracting Officer complete in accordance with agency procedures]. (End of clause) Alternate I (Aug 2000). As prescribed in (b), redesignate paragraph (b) of the basic clause as paragraph (c) and add the following paragraph (b) to the basic clause: (b) The Contractor shall execute the following certification required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. 6962(i)(2)(C)): Certification I, (name of certifier), am an officer or employee responsible for the performance of this contract and hereby certify that the percentage of recovered material content for EPA-designated products met the applicable contract specifications. [Signature of the Officer or Employee] [Typed Name of the Officer or Employee] [Title] [Name of Company, Firm, or Organization] [Date] (End of certification) 6. SITE CONDITIONS: 6.01 FAR PHYSICAL DATA (APR 1984) Data and information furnished or referred to below is for the Contractor s information. The Government shall not be responsible for any interpretation of or conclusion drawn from the data or information used by the Contractor. The indications of physical conditions on the drawings and in the specifications are the result of site investigations by others. All field dimensions and conditions must by verified by the Contractor prior to commencing work. (End of clause) 7. EMPLOYMENT PRACTICES: 7.01 FAR NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB. 1999): (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: General Services Administration 4 Public Buildings Service

5 Goals for minority Goals for female participation participation for each trade for each trade % 8% These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the-- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is National Capitol Region. (End of provision) 8.01 PROMPT PAYMENT: (Payments under this contract will be made in accordance with the terms of the Prompt Payment Clause listed in the Construction Contract Clauses (Fixed Priced).) General Services Administration 5 Public Buildings Service

6 A. The Contractor shall attend payment meetings each month scheduled herein, with the designated Government representative, prior to the submission of the contractor's progress payment invoice (payment request). These may be held in conjunction with the progress meetings held pursuant to Section 00120, Progress Meetings, or the coordination meetings held under Section 01205, Procedures and Controls or Section 01040, Project Coordination, as applicable. The payment meetings may be conducted in person or by telephone. The meetings will enable payments to be made promptly and within the dates established in the contract. The purpose of the payment meetings is to enable the contractor and the Government representatives to discuss the amount of the prospective payment and the supporting documentation required, and to reach agreement on the amount thereof. Inspections by all parties will be completed prior to or during the meeting, thus ensuring timely substantiation and agreement on paying amounts. The schedule for payment meetings is as follows: A schedule will be determined at the pre-construction conference. B. The contractor shall submit the original invoice to the Contracting Officer's representative (COR) or, if a contract is being administered with the assistance of a CQM or CM contractor, a copy to such contractor as follows (separate payment request shall be submitted for progress payments, payments of retainage, and partial or final payments): To be determined at the pre-construction meeting C. Payment request shall not be submitted until the scheduled payment meetings are held. If the contractor fails to attend a payment meeting, the Government will make payment on the contractor's payment request based upon the results of the Government inspection, in the amount of no more than the Government's estimate of the amount due. The balance of the contractor's payment request will remain in dispute and will not be subject to any late payment penalty until such time that an invoice including the disputed amount is resubmitted and agreement is reached with the Contracting Officer on any payment amount being due. D. Payment due dates are based upon the receipt of a proper invoice by the Contracting Officer. If the invoice is defective (see FAR clause , Prompt Payment for Construction Contracts, and GSAM Clause , Invoice Requirements), it will be returned to the contractor for appropriate action. If there is any disagreement over the payment amount, the Contracting Officer may pay the portion of the requested payment that is not in dispute. 9. INVOICE REQUIREMENTS: When an invoice is required to be submitted under this contract, the Contractor shall submit it in accordance with the following clause: 9.01 GSAM Invoice Requirements (SEP 1999) (a) Invoices shall be submitted in an original only, unless otherwise specified, to the designated billing office specified in this contract or order. (b) Invoices must include the Accounting Control Transaction (ACT) number provided below or on the order. ACT Number (Contracting Officer insert number) General Services Administration 6 Public Buildings Service

7 (c) In addition to the requirements for a proper invoice specified in the Prompt Payment clause of this contract or order, the following information or documentation must be submitted with each invoice: 1. Name of the business concern and invoice date. 2. Contract number. 3. Delivery order number or other authorization for delivery of property or services. 4. Item number, national stock number (NSN) or other product identification number, description, price, and quantity or services actually delivered or rendered. 5. Shipping and payment terms. 6. Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent. The remit to address must correspond to the remittance address in the contract. 7. A complete estimate of the payment requested supported by a cost breakdown and satisfactory evidence of title to off-site materials. (See the Construction Contract Clauses) 8. A certification of payment form (GSA Form 2419). (See the Construction Contract Clauses). 9. For final payment, a release of claims. (See the Construction Contract Clauses). 10. Information necessary to enable the Government to make payment by wire transfer shall be furnished in accordance with the Method of Payment clause of this contract. To assist the Government in making timely payments, the Contractor is requested to furnish the following additional information either on the invoice or on an attachment to the invoice. Revised construction schedule showing actual progress to date. For purposes of the Invoice Requirements Clause (GSAM the term office designated to receive invoices shall be the Contracting Officer s Representative (COR). -furnished property to the Contractor, the Contractor assumes the risk and responsibility for its loss or damage, except- (i) For reasonable wear and tear; (ii) To the extent property is consumed in performing this contract; or (iii) As otherwise provided for by the provisions of this contract. D. Upon completing this contract, the Contractor shall follow the instructions of the Contracting Officer regarding the disposition of all Governmentfurnished property not consumed in performing this contract or previously delivered to the Government. The Contractor shall prepare for shipment, deliver f.o.b. origin, or dispose of the Government property, as may be directed or authorized by the Contracting Officer. The net proceeds of any such disposal shall be credited to the contract price or shall be paid to the Government as directed by the Contracting Officer. E. If this contract is to be performed outside the United States of America, its territories, or possessions, the words Government and Government-furnished (wherever they appear in this clause) shall be construed as United States Government and United States Government-furnished, respectively. (End of Clause) General Services Administration 7 Public Buildings Service

8 10. GSAM GOALS FOR SUBCONTRACTING PLAN (SEP 1999) APPLICABLE ONLY IF CONTRACT IS OVER $1,000,000 APPLICABLE ONLY IF CONTRACTOR IS A LARGE BUSINESS: (a) Maximum practicable utilization of small, HUBZone small, small disadvantaged, and women-owned small business concerns as subcontractors is a matter of national interest with both social and economic benefits. (1) The General Services Administration's (GSA's) commitment to ensuring that maximum practicable opportunity is provided to small, HUBZone small, small disadvantaged, and women-owned small business concerns to participate as subcontractors in the performance of this contract, consistent with its efficient performance, must be reflected in the offeror's subcontracting plan submitted pursuant to the clause of this contract at FAR , Small Business Subcontracting Plan. (2) In addressing the eleven elements described at FAR (d), the offeror shall demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, small disadvantaged, and women-owned business concerns in performing this contract. An offeror submitting a commercial products plan can demonstrate its commitment in providing maximum practicable opportunities through subcontracting opportunities it provides to small, HUBZone small, small disadvantaged, and women-owned small business concerns that relate to the offeror's production generally; i.e., for both its commercial and Government business. (3) The subcontracting plan shall include a description of the offeror's subcontracting strategies used in previous contracts and significant achievements, with an explanation of how this plan will build upon those earlier achievements. Additionally, the offeror shall demonstrate through its plan that it understands the small business subcontracting program's objectives, GSA's expectations, and is committed to taking those actions necessary to meet these goals or objectives. (b) GSA believes that this contract provides significant opportunities for the use of small, HUBZone small, small disadvantaged, and women-owned small business concerns as subcontractors. Accordingly, it is anticipated that an acceptable subcontracting plan will contain at least the following goals: Small Business Small Disadvantaged Business Women-Owned Small Business HUBZone Small Business Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business _40_percent _8 _percent _5 _percent _3_percent _3_ percent _3_ percent General Services Administration 8 Public Buildings Service

9 NOTE: Target goals are expressed as a percentage of planned subcontracting dollars. (c) In determining the acceptability of any subcontracting plan, the Contracting Officer will -- (1) Review the plan to verify that the offeror has demonstrated an understanding of the small business subcontracting program's objectives and GSA's expectations with respect to the programs and has included all the information, goals, and assurances required by FAR ; (2) Consider previous goals and achievements of contractors in the same industry; (3) Consider information and potential sources obtained from agencies administering national and local preference programs and other advocacy groups in evaluating whether the goals stated in the plan adequately reflect the anticipated potential for subcontracting to small, HUBZone small, small disadvantaged, and women-owned small business concerns; and (4) Review the offeror's description of its strategies, historical performance and significant achievements in placing subcontracts for the same or similar products or services with small, HUBZone small, small disadvantaged, veteran-owned and womenowned small business concerns. The offeror's description can apply to commercial as well as previous Government contracts. (d) Failure to submit an acceptable subcontracting plan and/or correct deficiencies in a plan within the time specified by the Contracting Officer shall make the offeror ineligible for award. (End of Provision) General Services Administration 9 Public Buildings Service

10 THIS PAGE NOT USED General Services Administration 10 Public Buildings Service

H.18. ADDITIONAL SERVICES INDEFINITE QUANTITY PROVISIONS

H.18. ADDITIONAL SERVICES INDEFINITE QUANTITY PROVISIONS H.17. CONTRACTOR-FURNISHED MATERIALS 1. The Contractor shall provide all labor, services, supplies, material, and equipment necessary to efficiently and effectively perform the requirements of this Contract,

More information

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR

4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C CFR FEDERAL CLAUSES 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C. 1241 46 CFR Part 381 Applicability to Contracts: The Cargo Preference requirements apply to all contracts involving equipment, materials, or commodities

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESENTATIONS AND CERTIFICATIONS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each

More information

Request for Price Offer Solicitation # PR

Request for Price Offer Solicitation # PR Dhaka, Bangladesh September 12, 2016 Request for Price Offer Solicitation # PR5645335 The American Embassy, Dhaka requests your price offer for the following items. Your quotation must mention availability,

More information

SECTION A, APPLICABLE TO ALL OFFERS..1 SECTION B, APPLICABLE TO OFFERS OF $650,000 OR MORE ($1,000,000 IF CONSTRUCTION)..5

SECTION A, APPLICABLE TO ALL OFFERS..1 SECTION B, APPLICABLE TO OFFERS OF $650,000 OR MORE ($1,000,000 IF CONSTRUCTION)..5 REPRESENTATIONS AND CERTIFICATIONS FOR USE IN SOLICITATIONS FOR COMMERCIAL GOODS AND SERVICES Offeror shall complete the representations and certifications herein and submit with offers. The term "offer"

More information

PART A. Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent: Name_ TIN

PART A. Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. Name and TIN of common parent: Name_ TIN PART A ATTACHMENT TO RFP # Certifications and Representations for Commercial Items for Government Programs Applicable to Harris Corporation Government Communications Systems 1. 52.204-3 TAXPAYER IDENTIFICATION

More information

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017)

GENERAL PROVISIONS FOR STAND-ALONE PURCHASE ORDERS ALL PRODUCTS & SERVICES ~ Not for Use for Services of $2,500 or More ~ (January 2017) APPLIES TO : 1. Legal Status (OCT 12) 2. Disputes (APR 12) 3. Representations (JAN 17) 4. Advertisements (OCT 12) 5. Audit (FEB 15) 6. Indemnify and Hold Harmless (MAY 15) 7. Authority to Bind (AUG 08)

More information

NAF Contracting, Uniform Contract Format (UCF) Section I Clauses

NAF Contracting, Uniform Contract Format (UCF) Section I Clauses NAF Contracting, Uniform Contract Format (UCF) Section I Clauses BI.001 DEFINITIONS (NOV 2004) [For use in solicitations and contracts that exceed the simplified acquisition threshold. The contracting

More information

L3 Technologies, Inc.

L3 Technologies, Inc. 1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L3 General Terms and Conditions for Supply and Services Subcontracts,

More information

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

Attached to this modification is a conformed Section C containing this change.

Attached to this modification is a conformed Section C containing this change. Page 2 of 9 Pages a. Section C, Clause C-4 Statement of Work, paragraph (d) (4) as reads: Laboratory Facilities. The Contractor shall manage and maintain Government-owned facilities, both provided and

More information

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991)

(Revised April 28, 2014) ADVANCE PAYMENT POOL (DEC 1991) (Revised April 28, 2014) 252.232-7000 Advance Payment Pool. As prescribed in 232.412-70(a), use the following clause: ADVANCE PAYMENT POOL (DEC 1991) (a) Notwithstanding any other provision of this contract,

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

This form will be made a part of any resultant purchase order or subcontract SECTION I

This form will be made a part of any resultant purchase order or subcontract SECTION I Procurement of material, services and supplies for a United States Government contract requires that prime contractors, subcontractors and suppliers comply with socioeconomic programs enacted into public

More information

Small Business Subcontracting Plan (DEVIATION 2016-O0009).

Small Business Subcontracting Plan (DEVIATION 2016-O0009). 52.219-9 Small Business Subcontracting Plan (DEVIATION 2016-O0009). As prescribed in 19.708(b), insert the following clause: SMALL BUSINESS SUBCONTRACTING PLAN (DEVIATION 2016-O0009) (AUG 2016) (a) This

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017)

SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) BASIC (DEVIATION 2018-O0007) (DEC 2017) Attachment 1 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) Basic. (DEVIATION 2018-O0007) For solicitations and contracts that contain the basic, Alternate I, or Alternate II of the clause

More information

SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY]

SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY] SECTION II- GENERAL PROVISIONS CPFF SUBCONTRACT (APR 2008) [COMMERCIAL COMPANY] 1. PUBLICATIONS A. The Subcontractor shall closely coordinate with the Contractor s Subcontracting Officer Technical Representative

More information

ADDITIONAL TERMS AND CONDITIONS FOR CONTRACT N C-6293

ADDITIONAL TERMS AND CONDITIONS FOR CONTRACT N C-6293 FAR s 52.202-1, Definitions, Jul 2004 52.203-3, Gratuities, Apr 1984 52.203-5, Covenant Against Contingent Fees, Apr 1984 52.204-4, Printed Doubled Sided Recycled Paper, Aug 2000 52.204-7, Central Contractor

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA)

2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Hancock County Bar Harbor Airport Trenton, ME 2018 Procurement of Airport Rescue Fire Fighting (ARFF) Personal Protective Equipment (PPE) and Self-Contained Breathing Apparatus (SCBA) Request for Proposals

More information

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS) 1. FAR 52.215-6 PLACE OF PERFORMANCE a. The Offeror or Respondent, in the performance of any contract resulting

More information

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS

PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS PART IV UTILIZATION OF DISADVANTAGED BUSINESS ENTERPRISES AND SMALL BUSINESS CONCERNS SECTION TITLE I J Disadvantaged Business Enterprises Policy Small Business Concerns Policy 28 SECTION I DISADVANTAGED

More information

11. Payments. 5. Compliance Verification

11. Payments. 5. Compliance Verification clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives

More information

REPRESENTATIONS AND CERTIFICATIONS

REPRESENTATIONS AND CERTIFICATIONS REPRESETATIOS AD CERTIFICATIOS The Offeror identified below certifies to the following facts. The full text of the representations and certifications made below (and referenced to the right of each statement)

More information

Section 9 : GOVERNMENT CONTRACT REQUIREMENTS

Section 9 : GOVERNMENT CONTRACT REQUIREMENTS Section 9 : GOVERNMENT CONTRACT REQUIREMENTS CLAUSE 90J (1/10/00) F04701-96-C-0025 GLOBAL POSITIONING SYSTEMS (GPS-IIF) GOVERNMENT CONTRACT REQUIREMENTS (a) The following contract clauses are incorporated

More information

Authorized Federal Acquisition Service Information Technology Schedule Pricelist

Authorized Federal Acquisition Service Information Technology Schedule Pricelist Authorized Federal Acquisition Service Information Technology Schedule Pricelist General Services Administration Federal Acquisition Service Information Technology Schedule, Group 70 Contract Period: October

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS

SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS I. GENERAL CONDITIONS SCHEDULE A HUD / LMDC COMPLIANCE REQUIREMENTS A. General Compliance Consultant agrees to comply with the requirements of the HUD regulations concerning CDBG, 24 CFR Part 570, as modified

More information

General Contract Conditions for Small Construction/Development Contracts

General Contract Conditions for Small Construction/Development Contracts General Contract Conditions for Small Construction/Development Contracts U.S. Department of Housing and Urban Development Office of Public and Indian Housing OMB Approval No. 2577-0157 (exp. 3/31/2020)

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

SPE4A7-15-D Part 12 Clauses CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2014) FAR

SPE4A7-15-D Part 12 Clauses CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2014) FAR PAGE 8 OF 17 PAGES Part 12 Clauses 52.212-04 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (DEC 2014) FAR (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that

More information

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998)

N G-0001 Clause Number Clause Date Clause Title (OCT 2005) PACKAGING AND MARKING OF REPORTS (NAVAIR) (JUN 1998) N00421-14-G-0001 Clause Number Clause Date Clause Title 5252.247-9507 (OCT 2005) PACKAGING AND MARKING OF REPORTS 5252.247-9508 (JUN 1998) PROHIBITED PACKING MATERIALS 5252.247-9509 (JUL 1998) PRESERVATION,

More information

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991)

(Revised December 9, 2005) HAZARD WARNING LABELS (DEC 1991) 252.223-7000 Reserved. (Revised December 9, 2005) 252.223-7001 Hazard Warning Labels. As prescribed in 223.303, use the following clause: HAZARD WARNING LABELS (DEC 1991) (a) Hazardous material, as used

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

FAR FLOWDOWN PROVISIONS FOR NON-COMMERCIAL ITEMS. FAR Number Title Latest Update MATERIAL REQUIREMENTS AUG 2000

FAR FLOWDOWN PROVISIONS FOR NON-COMMERCIAL ITEMS. FAR Number Title Latest Update MATERIAL REQUIREMENTS AUG 2000 FAR FLOWDOWN PROVISIONS FOR NON-COMMERCIAL ITEMS 1. The following FAR clauses apply to all non-commercial orders: 52.211-5 MATERIAL REQUIREMENTS AUG 2000 52.215-20 REQUIREMENTS FOR COST OR PRICING DATA

More information

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school

More information

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

LOCKHEED MARTIN CORPORATION CORPDOC 4D

LOCKHEED MARTIN CORPORATION CORPDOC 4D LOCKHEED MARTIN CORPORATION CORPDOC 4D FEDERAL ACQUISITION REGULATION (FAR) AND DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (HSAR) FLOWDOWN PROVISIONS FOR COST REIMBURSEMENT AND T&M SUBCONTRACTS/PURCHASE

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES

SPECIAL ITEM NUMBER INFORMATION TECHNOLOGY (IT) PROFESSIONAL SERVICES Federal Supply Service Authorized Federal Supply Schedule Price List On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery

More information

Certifications and Representations for Noncommercial Items for Government Programs Applicable to Harris Corporation Government Communications Systems

Certifications and Representations for Noncommercial Items for Government Programs Applicable to Harris Corporation Government Communications Systems ATTACHMENT to RFP # INSTRUCTIONS: 1. The Offeror must complete all applicable sections. 2. Check all appropriate boxes in Part A for all offers. 3. Also check all appropriate boxes in Part B for all offers

More information

Effective January 25, 2016

Effective January 25, 2016 National Science Foundation (NSF) Cooperative Agreement Supplemental Financial & Administrative Terms and Conditions for Managers of Federally Funded Research and Development Centers (FFRDCs) Effective

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2A

LOCKHEED MARTIN CORPORATION CORPDOC 2A LOCKHEED MARTIN CORPORATION CORPDOC 2A FEDERAL ACQUISITION REGULATION (FAR) AND DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT (DFARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS FOR COMMERCIAL

More information

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS

SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS SPECIAL PROVISIONS TABLE OF CONTENTS A. FEDERAL AVIATION ADMINISTRATION REQUIREMENTS A-01 General Civil Rights Provisions A-02 Civil Rights - Title VI Assurances A-03 Notice of Requirement for Affirmative

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

Federal Supply Schedule 70 General Purpose Commercial Information Technology Equipment, Software and Services

Federal Supply Schedule 70 General Purpose Commercial Information Technology Equipment, Software and Services GENERAL SERVICES ADMINISTRATION FEDERAL ACQUISITION SERVICE AUTHORIZED FEDERAL SUPPLY SCHEDULE CATALOG/PRICE LIST On-line access to contract ordering information, terms and conditions, up-to-date pricing,

More information

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory

REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory REPRESENTATIONS AND CERTIFICATIONS For the Pacific Northwest National Laboratory Operated by has executed and is engaged in the performance of Prime Contract DE-AC05-76RL01830 with the United States Department

More information

BASE GOALS are expressed in dollars and percentages of the total dollars planned to be subcontracted.

BASE GOALS are expressed in dollars and percentages of the total dollars planned to be subcontracted. SMALL BUSINESS SUBCONTRACTING PLAN Offeror: Address: Solicitation or Subcontract Number: Supplies or services: Estimated cost or price of contract (including options): $ Period of Performance (include

More information

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC 2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC The company / individual below represents and certifies to Navistar Defense, LLC, and its subsidiaries and affiliates (hereinafter,

More information

Supplier Profile Form

Supplier Profile Form Supplier Profile Form All new suppliers must be qualified prior to any purchases being made. Please complete the following form and email to purchasingdept@thompsontractor.com or fax to 205-226-6203. Once

More information

COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION

COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION Introduction The Prime Contract under which this solicitation is issued requires that APL determine the applicability of Cost Accounting Standards Board

More information

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements

Exhibit C Federal Aviation Administration (FAA) Bidder Requirements Exhibit C Federal Aviation Administration (FAA) Bidder Requirements DBE CONSTRUCTION CONTRACTS D-15 REQUIRED CONTRACT PROVISIONS Federal laws and regulations require that recipients of federal assistance

More information

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope.

Important Note: Indicate Company Name and RFP Title on the front of the sealed bid envelope. Request for Proposals (RFP): RPF Number 17-0731-0003 RFP Title: Electrical Line Crew for Normal and Emergency Restoration Work Issue Date: July 18,2017 Bid Due Date: July 25,2017 Bid Opening Date: July

More information

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site,

Subrecipients may obtain wage determinations from the U.S. Department of Labor s web site, PREVAILING WAGES If the project is expected to exceed $50,000 in cost then the contractor will be required to conform with the Oregon Bureau of Labor and Industry requirement for wages and payroll submittals.

More information

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS 1. TYPE OF BUSINESS ORGANIZATION The Bidder/Offeror, by checking the applicable box, represents that (a) It operates as a corporation incorporated under the laws of the State of, an individual, a partnership,

More information

The proposed product base list unit are from Doosan Infracore Construction Equipment America

The proposed product base list unit are from Doosan Infracore Construction Equipment America SPE8EC-16-D-0002 Page 2 of 16 KIPPER TOOL COMPANY 1) CONTRACT AWARD a. This contract constitutes the Government's acceptance of the Contractor's offer, including all revisions that were approved and accepted

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

ATTACHMENT I - TELEDYNE BROWN

ATTACHMENT I - TELEDYNE BROWN Sheet 1 of 5 ATTACHMENT I - TELEDYNE BROWN ENGINEERING, INC. TERMS AND CONDITIONS - COMMERCIAL PROCUREMENTS FEBRUARY 2011 GENERAL Acknowledgment, shipment, or performance of any part of this purchase order

More information

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY DEPARTMENT OF PROCUREMENT ATTACHMENT E REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGEMENTS AND AFFIDAVITS Page 2 of 10 REPRESENTATIONS, CERTIFICATIONS, ACKNOWLEDGMENTS,

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 02:00 PM Send Quotation

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

LOCKHEED MARTIN CORPORATION CORPDOC 4 T&M CORPDOC 4 T&M (9/99)

LOCKHEED MARTIN CORPORATION CORPDOC 4 T&M CORPDOC 4 T&M (9/99) LOCKHEED MARTIN CORPORATION CORPDOC 4 T&M GENERAL PROVISIONS AND FAR FLOWDOWN PROVISIONS FOR TIME AND MATERIAL AND LABOR-HOUR SUBCONTRACTS/PURCHASE ORDERS (ALL AGENCIES) FOR NON-COMMERCIAL ITEMS UNDER

More information

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,

More information

GPs for COST REIMBURSABLE SUBCONTRACTS

GPs for COST REIMBURSABLE SUBCONTRACTS GPs for COST REIMBURSABLE SUBCONTRACTS The FAR and DEAR clauses listed in this Exhibit, which are located in Chapters 1 and 9 of CFR Title 48 and available at http://www.gpo.gov/fdsys/ are hereby incorporated

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Supplemental Government Terms and Conditions

Supplemental Government Terms and Conditions Supplemental Government Terms and Conditions 1. GENERAL: The terms and conditions herein are in addition to Aerojet Terms and Conditions for Purchase Orders, and are incorporated by reference into individual

More information

Additional Terms and Conditions For Request for Quotations and Purchase Orders in Support of Government Contracts

Additional Terms and Conditions For Request for Quotations and Purchase Orders in Support of Government Contracts Page 1 of 6 1. GENERAL: The terms and conditions herein are in addition to Aerojet Terms and Conditions for Purchase Orders, and are incorporated by reference into individual Request for Quotes (RFQ) and

More information

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation.

SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. Page : 1 of 4 SOLICITATION INSTRUCTIONS Bidder will comply with these instructions when responding to this solicitation. 1. Responses to this solicitation received after the specified "Bid Close Date"

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

Purchase Order Text. PURCHASE C (Revised ) SECTION I: General Provisions

Purchase Order Text. PURCHASE C (Revised ) SECTION I: General Provisions PURCHASE C (Revised 11-24-10) SECTION I: General Provisions 1 Acceptance of Contract/Terms And Conditions 2 Applicable Laws 3 Assignment 4 Communication With AAR Mobility Systems Customer 5 Contract Direction

More information

Chapter 7 Bonds, Insurance, and Taxes

Chapter 7 Bonds, Insurance, and Taxes Sam Chapter 7 Bonds, Insurance, and Taxes Section 1 Bonds.................................................................. 191 7.1.1 General......................................................... 191

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888)

J & B Hartigan, Inc. 103 Adams Court Carrollton, VA T: (757) F: (888) J & B Hartigan, Inc. 103 Adams Court Carrollton, VA 23314 T: (757)-745-7775 F: (888)-828-8321 Contract Number: GS-35F-107BA Information Technology Professional Services Period Covered by Contract: 12-02-2018

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders;

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; GENERAL TERMS AND CONDITIONS OF PURCHASE Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; 1) Applegate EDM General Terms and Conditions of Purchase are applicable

More information

IDS Terms and Conditions Guide Effective: 5/1/2006 Page 1 of 9

IDS Terms and Conditions Guide Effective: 5/1/2006 Page 1 of 9 Page 1 of 9 CUSTOMER CONTRACT REQUIREMENTS (NWP) Exhibit A (MPS/MMS) (PACAF DMO PROGRAM) CUSTOMER CONTRACT FA5215-06-D-0005 CUSTOMER CONTRACT REQUIREMENTS/Exhibit A The following customer contract requirements

More information

Purchase Order Terms and Conditions Commercial Contracts

Purchase Order Terms and Conditions Commercial Contracts 1. ACCEPTANCE: Purchase Order Terms and Conditions This purchase order represents Company's offer to purchase the goods or services ordered strictly in accordance with its stated terms and conditions.

More information

TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS)

TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) TERMS AND CONDITIONS SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) IN THE FAR CLAUSES CONTAINED HEREIN, WHEN THE TERMS CONTRACTING OFFICER, GOVERNMENT, AGENCY HEAD, OR SIMILAR TERMS ARE USED THOSE

More information

Contract Clauses. B.1 General. Appendix B. Introduction. Numbering of Clauses

Contract Clauses. B.1 General. Appendix B. Introduction. Numbering of Clauses B.1.2 Appendix B B.1 General B.1.1 B.1.2 Introduction This Appendix sets forth the general clauses to be included in solicitations and contracts and clauses that (1) may be included at the discretion of

More information