REQUEST FOR QUALIFICATIONS RFQ Employee Benefit Brokerage & Consulting Services

Size: px
Start display at page:

Download "REQUEST FOR QUALIFICATIONS RFQ Employee Benefit Brokerage & Consulting Services"

Transcription

1 PERSONS RECEIVING THIS RFQ FROM THE INTERNET, OR BY FAX MUST CALL (501) AND REGISTER THEMSELVES AS A POTENTIAL RESPONDER. FAILURE TO REGISTER MAY RESULT IN YOU MISSING AN AMENDMENT, AND A MISSING AMENDMENT MAY RESULT IN YOUR OFFER BEING FOUND NON-RESPONSIVE. REQUEST FOR QUALIFICATIONS RFQ Employee Benefit Brokerage & Consulting Services Mailing Date August 5, 2015 Submittal Due Date August 20, 2:00 P.M. CT To Elizabeth Tuck-Rowan, CPPO, CPPB, C.P.M., CPSD Purchasing Manager Purchasing Office Central Arkansas Water 221 East Capitol Avenue, 3 rd Floor Little Rock, AR (501)

2 Employee Benefit Brokerage & Consulting Services RFQ PURPOSE The intent of this Request for Qualifications (RFQ) is to solicit statements of qualifications from qualified employee benefit brokers/consultants ( Broker ) to advise and support Central Arkansas Water (CAW) on their employee group insurance coverages. The initial focus will be employee group health insurance, but this may be expanded to include dental, life, AD&D, STD and/or LTD at some future point in time. The selectee will provide a full range of services related to the solicitation of quotes, review, recommendation, implementation, analysis, maintenance, improvement, and communication of designated employee insurance benefits programs. CAW seeks a consultant and broker that is well versed in the benefits market, has experience in advising comparable public agencies and works well with various levels of staff and management. CAW is particularly interested in a broker who can offer creative, innovative approaches with a proven track record that allows CAW to maintain quality programs and contain or reduce costs. The Broker will be engaged to assist CAW in solicitation and evaluation of quotes for designated coverage(s), as well as advising on alternative plan designs and the administration of the selected plans. It is CAW s policy to encourage the involvement of Disadvantaged Business Enterprises (minority-owned and women-owned businesses) in contract awarded. DBE s are particularly invited to submit statements, either as a prime contractor, subcontractor or as a part of a joint venture. Non-DBE firms are encouraged to arrange subcontractors or joint ventures with DBE s prior to submission of their bid. 2.0 COMPETITION INTENDED It is CAW s intent that this Request for Qualifications permits competition. It shall be the responders responsibility to advise the Purchasing Manager in writing if any language, requirement, specification, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this RFQ to a single source. Such notification must be received by the Purchasing Manager no later than ten (10) days prior to the date set for acceptance of statements of qualifications. 3.0 RESPONDERS MINIMUM QUALIFICATIONS Responders must demonstrate that they have the resources and capability to provide the services as described herein. All responders must submit the documentation indicated with their statements of qualifications. Failure to provide any of the required documentation shall be cause for statements of qualifications to be deemed non-responsive and rejected. The following criteria shall be met in order to be eligible for this contract: 3.1 Responders must demonstrate that they are financially stable and that they have been in business providing similar service for at least the last five (5) years. The responder 2

3 shall provide a copy of their most recent financial statements as part of their statements of qualifications. 3.2 Responders shall provide, at a minimum, three (3) comparable references of current work being performed. These references must be for entities in which broker and advisory services related to employee group health insurance coverage has been provided successfully on a consistent basis. 4.0 SCOPE OF SERVICES All statements of qualifications must be made on the basis of, and either meet or exceed, the requirements contained herein. All responders must be able to provide the following Services: 4.1 Analysis and Reporting Conduct research and provide information and recommendations regarding the appropriate types of insurance and levels of coverage to meet CAW goals, including cost-saving alternatives and the best value for CAW s insurance needs. Provide, maintain and update comparison reports of other public and private companies benefit plan offerings and costs to determine CAW s competitiveness, as requested. Analyze claims experience/financials for designated insurance coverages. 4.2 Brokerage Process, Renewal, and Evaluation Serve as designated Insurance Broker of record. Prepare specifications and compile data, obtain proposals, negotiate rates and analyze and compare proposals for designated employee insurance coverages. Evaluate bids and bidders, including administration, claim payment procedures, network, reserve establishment policies, rates, coverage levels, financial soundness, and identify the most beneficial package (cost, coverage, capability, viability) from among the various bidders. Review rate proposals to ensure underlying assumptions are appropriate and accurate. Review and make cost-saving recommendations regarding the modification of plan design, benefit levels, premiums, communications and quality of designated employee benefit plans. Provide annual estimates of renewal rates and cost trends to assist CAW staff for budget. Determine and recommend the most economical funding methods for the benefit programs. Conduct pricing and coverage negotiations with carrier representatives/underwriters. May meet directly with underwriters. Place insurance as directed. Negotiations will include, but not be limited to premiums, benefit levels and plan design, performance measure and guarantees, contractual terms and conditions, and quality assurance standards. Review contracts with selected providers for accuracy in rates, benefits, eligibility, and coverage definitions. 3

4 4.3 Support, Compliance, and Reporting Provide open enrollment support, including scheduling, materials, and conducting or participating in meetings as requested. Assist CAW and employees with questions, problems, and day to day issues regarding designated coverages. Notify CAW of any new developments or major national or regional health care trends that may affect members and/or insurance coverage or policies. Review utilization and recommend wellness or other initiatives to improve employee health and reduce health-care costs, both in the short-term and in the long-term. Assist with claims and billing issues as requested. Assist with the implementation/transitioning of carriers/administrators. Alert and assist in complying with legislative mandates related to employee benefits by ensuring that programs are in compliance with local, state, and federal legislation, including reporting and posting/notice requirements for benefit plans. Provide on-site training to CAW staff, as needed, regarding regulatory updates and/or best practice seminars for the effective administration of benefits plans. Oversee policy matters, including, but not limited to, issuing certificates of insurance, verifying rates and premiums, verifying timely and accurate processing of claims and claims payments, and answering coverage questions. Assist with all issues dealing with member customer service, including, but not limited to, eligibility and enrollment, employee education, claims, etc. 5.0 REQUEST FOR QUALIFICATIONS Questions 5.1 Your Company 1. Briefly describe your firm s history, number of employees, locations, and years in existence. 2. Provide details of your company s financial status and stability. 5.2 Your Practice 3. Describe what makes your firm uniquely qualified to work on our account. 4. What is the employee turnover rate within your company? 5. What type of training programs does your firm provide to its employees? 6. What size clients does your practice generally support? 7. List the last 3 clients who have left your organization and explain why. 8. Provide the names, responsibilities and credentials (experience, licenses, education, etc. ) for the proposed service team, along with the office location of each. 9. What is your service philosophy? 10. What is your client to specialist ratio? 4

5 11. If your firm is selected, how would you propose we transition our account? 5.3 Expertise 12. Describe your approach to supporting our programs throughout the plan year. 13. Describe the experience the proposed service team has with managed health care programs, consumer driven options, HSA s, high deductible plans, and specialty benefit programs including plan design and risk management. 14. How do you monitor insurer solvency? 15. Do you have a process in place for tracking communications between our organizations? 16. What method do you use to ensure that all issues have final resolution before being closed? 17. How do you manage vendor relationships? 18. In your opinion, what are the two major challenges companies our size face in the insurance benefits arena and how will your firm help meet these challenges? 19. Describe your process for negotiating renewals. 20. Describe any special analysis that you will provide to help manage our programs. 21. How do you assist clients with new employee enrollment and open enrollment communications? 22. Do you assist with design of comprehensive communication campaigns or basic corporate messages/themes? Provide examples. 23. Describe a few innovative ideas you have regarding our programs. 5.4 Special Services 24. Describe any unique tools you could employ to assist us in monitoring our healthcare and prescription drug programs. 25. Does your firm offer any unique tools for our employees? 26. Describe your company s capabilities in regards to employee communication (including open enrollment) - both in paper and web. 27. What resources do you use for benchmarking? 28. What type of HR consulting services does your firm offer (i.e. processes, compliance, compensation, etc)? 29. Does your firm offer any continuing education opportunities for clients? 30. Describe any additional services offered by your company that may be of interest to us. 5

6 5.5 Legislative / Compliance 31. Describe your company s philosophy around maintaining client records in a HIPAA secure environment. 32. Do you have in-house legal advisors who provide counsel to your clients? Is so, is there any additional cost? 33. Would you assist CAW in the event of a benefits audit by the DOL or other agency? 34. Describe methods you employ to disseminate information about current trends and legislation. Provide samples. 35. Describe how you have assisted your clients with their compliance with the new Affordable Care Act? Do you provide overall compliance reviews and action plans for your clients? 36. Do you assist in the drafting and review of Summary Plan Descriptions? 5.6 Compensation 37. Describe how you would prefer to be compensated (i.e. fee for service, monthly retainer, commissions, etc.). Which method is most common among your clients? 38. Does your firm have any reservations in making available documentation of the commission received from insurers? 39. How does your firm measure service quality? 40. Describe your firm s performance guarantees, if available. 41. Provide at least 3 references of current clients that are similar to CAW with respect to size and complexity. For each reference include: Number of employees Number/type of plans serviced Length of servicing relationship with your firm Contact name, title, and phone number 6

7 6.0 EVALUATION OF STATEMENTS OF QUALIFICATIONS: SELECTION FACTORS The criteria set forth below will be used in the receipt of statements of qualifications and selection of the successful responder(s). The CAW Review Committee will review and evaluate all submittals and selection will be made on the basis of the criteria listed below. A. General and professional reputation -- 35pts B. Professional capability & approach -- 35pts C. Experience and performance on similar projects -- 20pts D. Quality and completeness of statements of qualifications -- 5pts E. Experience and performance on previous CAW projects (prior work with CAW is not required, but will be considered as part of the evaluation of qualifications) -- 5pts The CAW Review Committee will collectively develop a composite rating which indicates the group s collective ranking of the highest rated responders. The Committee may conduct interviews with only the top ranked responders, usually the top two (2) or three (3) depending upon the number of responses received. Negotiations shall be conducted with responders so selected. The Committee may request a Best and Final Offer(s) (BAFO) and/or make a recommendation for the Contract award. 7.0 STATEMENTS OF QUALIFICATIONS SUBMISSION FORMAT Responders are to make written statements of qualifications that present the responder s qualifications and understanding of the work to be performed. Responders shall address each of the specific evaluation criteria listed below, in the following order. Failure to include any of the requested information may be cause for the statements of qualifications to be considered nonresponsive and rejected. A. Minimum qualifications stated in Section 3.0 B. Answers to questions in Section 5.0 C. Evaluation Criteria 1. General and professional reputation a. Provide a brief overview of your firm s operations, to include years in business, history, ownership structure, and number of employees. b. What distinguishes your brokerage/consulting/advisory services from your competitors? Please describe any special awards and/or recognition received during the past two (2) years. c. Within the last five (5) years, has your firm in any capacity been a party to any litigation directly or indirectly related to the conduct of your business or retirement plans in general? 2. Professional capability & approach a. Describe your firm s ability to meet or exceed the requirements contained in Section 4.0 b. Please provide a biography on those responsible for handling our account 7

8 3. Experience and performance on similar size projects Provide a list with references of projects of similar size and scope. 4. Experience and performance on previous CAW projects Provide a list of previous projects or affiliations with CAW. PRICING SHALL NOT BE SUBMITTED WITH THE RFQ RESPONSE. 8.0 INSTRUCTIONS FOR SUBMITTING STATEMENTS OF QUALIFICATIONS 8.1 Preparation and Submission of Statements of qualifications A. Before submitting a statements of qualifications, read the ENTIRE solicitation including the Contract Terms and Conditions. Failure to read any part of this solicitation will not relieve a responder of the contractual obligations. B. All statements of qualifications must be submitted to the Purchasing Manager in a sealed container. The face of the sealed container shall indicate the RFQ number, time and date of opening and the title of the RFQ. C. All statements of qualifications shall be signed in ink by the individual or authorized principals of the firm. D. All attachments to the RFQ requiring execution by the responder are to be returned with the statements of qualifications. E. Statements of qualifications must be received by the Purchasing Department prior to 2:00 p.m., CT on August 20, F. Statements of qualifications may be either mailed or hand delivered to 221 East Capitol Avenue, Little Rock, AR Faxed or ed statements of qualifications will not be accepted. G. Each responder shall submit one (1) original and three (3) copies of their statements of qualifications to CAW s Purchasing Manager as indicated on the cover sheet of this RFQ. 8.2 Questions and Inquiries Questions and inquiries, both oral and written, will be accepted from any and all responders. However, when requested, complex oral questions shall be submitted in writing. The Purchasing Department is the sole point of contact for this solicitation unless otherwise instructed herein. Unauthorized contact with other CAW staff regarding the RFQ may result in the disqualification of the responder. Inquiries pertaining to the RFQ must give the RFQ number, time and date of opening and the title of the RFQ. It is the responsibility of all responders to ensure that they have received all Addendums and to include signed copies with their statements of qualifications. Addendums can be downloaded from CAW WEBSITE AT: Procurement/Bids, Purchasing, and then select from the Current Open Bids Request for Qualifications. 8

9 8.3 Quotations to be F.O.B. Destination-Freight Prepaid and Allowed Any goods to be delivered to CAW location shall be coordinated with the Purchasing Department prior to delivery. Such goods shall be delivered F.O.B. Destination, freight prepaid, and allowed. COD deliveries shall be denied. The cost of freight, insurance, and all other delivery related costs shall be included in the cost of performing the work proposed in the price statements of qualifications. 8.4 Authority to Bind Firm in Contract Statements of qualifications MUST give full firm name and address of responder. Failure to manually sign statements of qualifications may disqualify it. Person signing will show TITLE or AUTHORITY TO BIND THE FIRM IN A CONTRACT. Firm name and authorized signature must appear on statements of qualifications in the space provided on the pricing page. Those authorized to sign are as follows: If a sole proprietorship, the owner may sign. If a general partnership, any general partner may sign. If a limited partnership, a general partner must sign. If a limited liability company, a member may sign or manager must sign if so specified by the articles or organization. If a regular corporation, the CEO, President or Vice-President must sign. Others may be granted authority to sign but CAW requires that a corporate document authorizing him/her to sign be submitted with statements of qualifications. 8.5 Withdrawal of Statements of qualifications A. All statements of qualifications submitted shall be valid for a minimum period of one year following the date established for acceptance. B. Statements of qualifications may be withdrawn on written request from the responder at the address shown in the solicitation prior to the time of acceptance. C. Negligence on the part of the responder in preparing the statements of qualifications confers no right of withdrawal after the time fixed for the acceptance of the statements of qualifications. 8.6 Late Statements of qualifications LATE statements of qualifications will be returned to responder UNOPENED, if RFQ number, acceptance date and responder s return address is shown on the container. 8.7 Rights of CAW CAW reserves the right to accept or reject all or part of any statements of qualifications, waive informalities, and award the contract to best serve the interest of CAW. Informality shall mean a minor defect or variation of a statement of qualifications from the exact requirements of the Request for Qualifications which does not affect the price, 9

10 quality, quantity, or delivery schedule for the goods, services or construction being procured. 8.8 Proposed Changes to Scope of Services If there is any deviation from that prescribed in the Scope of Services, the appropriate line in the scope of services shall be ruled out and the substitution clearly indicated. CAW reserves the right to accept or reject any proposed change to the scope. 8.9 Miscellaneous Requirements A. CAW will not be responsible for any expenses incurred by a responder in preparing and submitting statements of qualifications. All statements of qualifications shall provide a straight-forward, concise delineation of the responder s capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content. B. Responder s who submit a statement of qualifications in response to this RFQ may be required to make an oral presentation of their statements of qualifications. The Purchasing Department will schedule the time and location for this presentation. C. Selected contents of the statements of qualifications submitted by the successful responder and this RFQ will become part of any contract awarded as a result of the Scope of Services contained herein. The successful responder will be expected to sign a contract with CAW. D. CAW reserves the right to reject any and all statements of qualifications received by reason of this request, or to negotiate separately in any manner necessary to serve the best interest of CAW. Responders whose statements of qualifications are not accepted will be notified in writing Notice of Award A Notice of Award will be posted on CAW s website: Procurement/Bids, Purchasing, and then select from Bid Results and/or Contractor Documents and Awards for Central Arkansas Water W-9 Form Required Each responder shall submit a completed W-9 form with their statement of qualifications. In the event of contract award, this information is required in order to issue purchase orders and payments to your firm. A copy of this form can be downloaded from Insurance Coverage Responders shall include with their statements of qualifications a copy of their current Certificate of Insurance that illustrates the current level of coverage the responder carries. The Certificate can be a current file copy and does not need to include any additional insured language for CAW. 10

11 9.0 CONTRACT TERMS AND CONDITIONS The contract of the successful responder will contain the following Contract Terms and Conditions. Responders taking exception to these terms and conditions or intending to propose additional or alternative language must (a) identify with specificity CAW terms and conditions to which they take exception or seek to amend or replace; and (b) include any additional or different language with their statements of qualifications. Failure to both identify with specificity those terms and conditions responder takes exception to or seeks to amend or replace as well as to provide responder s additional or alternate Contract terms may result in rejection of the statements of qualifications. While CAW may accept additional or different language if so provided with the statements of qualifications, the Terms and Conditions marked with an asterisk (*) are mandatory and non-negotiable. 9.1 Procedures The extent and character of the services to be performed by Contractor shall be subject to the general control and approval of the Purchasing Manager or his /her representative(s). Contractor shall not comply with requests and/or orders issued by other than the Purchasing Manager or his/her authorized representative(s) acting within their authority for CAW. Any change to the Contract must be submitted in writing and approved by authorized parties. Any change to the contract will be managed by CAW s Purchasing Manager. 9.2 Contract Period* The Contract shall cover a one year period as determined by CAW and depending upon date of Contract award. This Contract may be renewed at the expiration of the initial term at the request of CAW. The renewal may be for up to four (4) additional one (1) year periods. Any renewal shall be based on the same terms and conditions as the initial term with the exception of the price or rates. Initial prices or rates and subsequent renewal prices or rates are guaranteed for a minimum of twelve (12) months. Any increase in prices or rates after the initial term or any renewal term shall be agreed upon by both. Notice of intent to renew will be given to Contractor in writing, normally ninety (90) days before the expiration date of the current term. 9.3 Additions/Deletions CAW reserves the right to add similar items/services or delete items/services specified in subsequent job orders as requirement change during the term of the Contract. Prices for items/services to be added to the Contract will be mutually agreed to by CAW and Contractor. A contract amendment will be issued for each addition or deletion that is approved. 11

12 9.4 Compliance with Laws* Contractor understands that CAW is an equal opportunity employer and therefore, maintains a policy which prohibits unlawful discrimination based on race, color, creed, sex, age, national origin, physical handicap, disability, genetic information, marital status, sexual orientation, gender identity, political opinions or affiliation or any other consideration made unlawful by federal, state, or local laws. All such discrimination is unlawful and Contractor agrees during the term of the Contract that Contractor will strictly adhere to this policy in its employment practices and provision of services. Contractor shall comply with, and all activities under this Contract shall be subject to, all applicable federal, state, and local laws and regulations, as now existing and as may be amended or modified. 9.5 Business, Professional, and Occupational License Requirement Contractor is required to be licensed in accordance with the required state, local and county agencies. 9.6 Insurance A. Contractor shall be responsible for its work and every part thereof, and for all materials, tools, equipment, appliances, and property of any and all description used in connection therewith. Contractor assumes all risk of direct and indirect damage or injury to the property or persons used or employed on or in connection with the work contracted for, and of all damage or injury to any person or property wherever located, resulting from any action, omission, commission or operation under the Contract. B. Contractor and all subcontractors shall, during the continuance of all work under the Contract provide the following: 1. Workers Compensation and Employer s Liability to protect Contractor from any liability or damages for any injuries (including death and disability) to any and all of its employees, including any and all liability or damage which may arise by virtue of any statute or law in force within the State of Arkansas. 2. Comprehensive General Liability insurance to protect Contractor, and the interest of CAW, its officers, commissioners, employees, and agents against any and all injuries to third parties, including bodily injury and personal injury wherever located, resulting from any action or operation under the Contract or in connection with the contracted work. The General Liability insurance shall also include the Broad Form Property Damage endorsement, in addition to coverage for explosion, collapse, and underground hazards, where required. 3. Automobile Liability insurance, covering all owned, borrowed, leased, or rented vehicles operated by Contractor. 12

13 C. Contractor agrees to provide the above referenced policies with the following limits. Liability insurance limits may be arranged by General Liability and Automobile policies for the full limits required, or by a combination of underlying policies for lesser limits with the remaining limits provided by an Excess or Umbrella Liability policy. 1. Workers Compensation: Coverage A: Statutory Coverage B: $500,000/$500,000/$500, General Liability: Per Occurrence: $1,000,000 Personal/Advertising Injury: $1,000,000 General Aggregate: $2,000,000 Products/Completed Operations: $2,000,000 Aggregate Fire Damage Legal Liability $100,000 GL Coverage, excluding Products and Completed Operations, should be on a Per Project Basis 3. Automobile Liability: Combined Single Limit: $1,000,000 D. The following provisions shall be agreed to by Contractor: 1. Contractor will provide an original signed Certificate of Insurance and such endorsements as prescribed herein. a. Contractor will provide on request certified copies of all insurance coverage Certificates of Insurance related to the Contract within ten (10) business days of request by CAW. These certified copies will be sent to CAW from Contractor s insurance agent or representative. b. Any Certificate of Insurance provided shall indicate the Contract name and number. 2. No change, cancellation, or non-renewal shall be made in any insurance coverage without a forty-five (45) day written notice to CAW. Contractor shall furnish a new Certificate of Insurance prior to any change or cancellation date. The failure of Contractor to deliver a new and valid Certificate of Insurance will result in suspension of all payments until the new Certificate of Insurance is furnished. 3. Liability Insurance Claims Made basis: If the liability insurance purchased by Contractor has been issued on a claims made basis, Contractor must comply with the following additional conditions. The limits of liability and the extensions to be included as described previously in these provisions, remain the same. 13

14 9.7 Safety Contractor must also agree to provide certificates of insurance evidencing the above coverage for a period of two (2) years after final payment for Contractor for General Liability policies. This certificate shall evidence a retroactive date no later than the beginning endorsement by means of a certificate of insurance or a copy of the endorsement itself. 4. Contractor must disclose the amount of deductible/self-insured retention applicable to the General Liability and Automobile Liability. CAW reserves the right to request additional information to determine if Contractor has the financial capacity to meet its obligations under a deductible/self-insured plan. If this provision is utilized, Contractor will be permitted to provide evidence of its ability to fund the deductible/self-insured retention. 5. Contractor agrees to provide insurance issued by companies within the State of Arkansas, with the Best s Key Rating of at least A: VII. 6. CAW, its officers and employees shall be endorsed to Contractor s Automobile and General Liability policies as an additional insured with the provision that this coverage is primary to all other coverage CAW may possess. (Use loss payee where there is an insurable interest). A Certificate of Insurance evidencing the additional insured status must be presented to CAW along with a copy of the Endorsement. 7. Contractor will provide a waiver of subrogation endorsement in favor of CAW on their Commercial Auto, General Liability and Workers Compensation Policies. 8. Compliance by Contractor with the foregoing requirements as to carry insurance shall not relieve Contractor of their liabilities provisions of the Contract. E. Precaution shall be exercised at all times for the protection of persons (including employees) and property. F. If an ACORD Insurance Certificate form is used by Contractor s insurance agent, the words endeavor to and... but failure to mail such notice shall impose no obligation or liability of any kind upon the company in the Cancellation paragraph of the form shall be deleted. G. Contractor agrees to waive all rights of subrogation against CAW, its officers, employees, and agents. All Contractors and subcontractors performing services for CAW are required to and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also, all Contractors and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or 14

15 damage to any persons or property within and around the work site area under this Contract. 9.8 Ordering, Invoicing and Payment Contractor shall submit invoices at the end of each calendar month, such statement to include a detailed breakdown of all charges and shall be based on completion of tasks or deliverables and shall include progress reports. Invoices shall be submitted to CAW, Accounts Payable, P. O. Box 1789, Little Rock, AR or ed to accounting_ap@carkw.com. All such invoices will be paid within forty-five (45) days by CAW unless any items thereon are questioned, in which event payment will be withheld pending verification of the amount claimed and the validity of the claim. Contractor shall provide complete cooperation during any such investigation. Cash discount must be shown on pricing form, otherwise prices will be considered net. Unless prices and all information requested are complete, statements of qualifications may be disregarded and given no consideration. CAW s preferred payment term is 2%N10. Prices quoted shall not include State or Local Sales tax. Invoice billing will be paid at the current tax rate for Little Rock/North Little Rock, Arkansas in accordance with the contract payment schedule. 9.9 Stop Work Order CAW, may, by written order to Contractor at any time, and without notice to any surety, require Contractor to stop all or any part of the work called for by this Agreement. In such instance, CAW shall not be liable for any payments to Contractor for services subject to the stop work notice beyond those services provided on the day the notice to stop work is delivered to Contractor. Any such order shall be identified specifically as a stop work order issued pursuant to this paragraph. This stop work order shall remain in effect until CAW shall either: (i) cancel the stop work order; or (ii) terminate the work covered by such order as provided in the Termination for Default Clause or the Termination for Convenience Clause for this Agreement, if applicable Termination for Convenience* A. Termination. CAW may, when the interests of the utility so require, terminate this Contract, in whole or in part, for the convenience of CAW. CAW shall give written notice of the termination to Contractor specifying the part of the Contract terminated and when the termination becomes effective. B. Contractor s Obligations. Contractor shall incur no further obligations in connection with the terminated work and on the date set in the notice of termination. Contractor will stop work to the extent specified. Contractor must still complete the 15

16 work not terminated by the notice of termination and may incur obligations as are necessary to do so Termination for Cause A. Cause. In the event of Termination for Cause, the thirty (30) days advance notice is waived and Contractor: At any time 1) Contractor fails to conform to the requirements of the Contract; 2) Contractor seeks relief under any law for benefit of insolvents or is adjudicated bankrupt; 3) any legal proceedings are commenced against Contractor which may interfere with the performance of the Contract or 4) Contractor has failed to supply an adequate working force or has failed in any other respect to prosecute the work with the diligence and force specified and intended in and by the terms of the Contract, which default is not fully corrected or remedied to the reasonable satisfaction of CAW within ten (10) days following the date a written notice thereof by CAW, then CAW shall have the right and power, at its option and without prejudice to any other rights or remedies it may have, to immediately terminate the Contract. Any cost or expense incurred by CAW arising out of Contractor s breach or default hereunder, and for CAW s enforcement of these rights, shall be the obligation of Contractor and may, at CAW discretion, be deducted from any amounts that may then be owing to Contractor under the Contract, without any release or waiver of any other rights or remedies in law or equity to which CAW may be entitled. B. Contractor s Duties. Notwithstanding termination of the Contract and subject to any direction from CAW, Contractor shall take timely, reasonable, and necessary action to protect and preserve property in the possession of Contractor in which CAW has an interest. C. Compensation. Payment for completed services delivered and accepted by CAW shall be at the contract price. D. Coordination with Nothing in Section 6.14 shall limit CAW s right under 6.13 of this Contract, and nothing in Section 6.14 shall create rights in Contractor or otherwise limit CAW s ability to terminate this Contract for convenience in accordance with Section E. Additional Rights and Remedies. The rights and remedies provided in this clause are in addition to any other rights and remedies provided by law Public Records* The RFQ document and all statements of qualifications submitted in response thereto are public records. You are cautioned to not put material into the statements of qualifications that is proprietary in nature. All statements of qualifications submitted become the property of CAW. (Reference CAW website: 16

17 procurement/bids, purchasing, Proprietary Information & Statements of qualifications Property of CAW) 9.13 Anti-assignment/subcontracting Contractor acknowledges that it was selected by CAW to perform the services required hereunder based, in part, upon Contractor s special skills and expertise. Contractor shall not assign, subcontract, or otherwise transfer its obligations under this Contract, in whole or in part, without the prior written consent of CAW, which CAW may, in its sole discretion, approve or deny without reason. Any attempted assignment or transfer of its obligations without such consent shall be null and void. No such approval by CAW of any subcontract shall be deemed in any way to provide for the incurrence of any obligation of CAW in addition to the compensation agreed upon in this Contract. Subcontracts, if any, shall be subject to the terms and conditions of this Contract and to any conditions of approval that CAW may deem necessary. Subject to the foregoing, this Contract shall be binding upon the respective successors and assigns of the parties Attorneys fees and expenses* Subject to other terms and conditions of this Contract, in the event Contractor defaults in any obligations under this Contract, Contractor shall pay to CAW all costs and expenses (including, without limitation, investigative fees, court costs, and attorney s fees) incurred by CAW in enforcing this Contract or otherwise reasonably related thereto. Contractor agrees that under no circumstances shall CAW be obligated to pay any attorney s fees or costs of legal action to Contractor Authority to contract* Contractor warrants: (a) that it is a validly organized business with valid authority to enter into this Contract; (b) that it is qualified to do business and in good standing in the State of Arkansas; (c) that entry into and performance under this Contract is not restricted or prohibited by any loan, security, financing, contractual, or other agreement of any kind; and, (d) notwithstanding any other provision of this Contract to the contrary, that there are no existing legal proceedings or prospective legal proceedings, either voluntary or otherwise, which may adversely affect its ability to perform its obligations under this Contract Debarment and suspension* Contractor certifies to the best of its knowledge and belief, that it: is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transaction by any federal department or any political subdivision of the State of Arkansas; has not, within a three (3) year period preceding this statements of qualifications, been convicted of or had a civil judgment rendered against it for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a 17

18 public (federal, state, or local) transaction or contract under a public transaction; has not, within a three (3) year period preceding this statements of qualifications, been convicted of or had a civil judgment rendered against it for a 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; is not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state or local) with commission of any of these offenses enumerated in paragraphs two (2) and three (3) of this certification; and, has not, within a three (3) year period preceding this statements of qualifications, had one or more public transactions (federal, state, or local) terminated for cause or default Force majeure Each party shall be excused from performance for any period and to the extent that it is prevented from performing any obligation or service, in whole or in part, as a result of causes beyond the reasonable control and without the fault or negligence of such party. Such acts shall include without limitation acts of God, strikes, lockouts, riots, acts of war, epidemics, governmental regulations superimposed after the fact, fire, earthquakes, floods, or other natural disasters ( force majeure events ). When such a cause arises, Contractor shall notify CAW immediately in writing of the cause of its inability to perform, how it affects its performance, and the anticipated duration of the inability to perform. Delays in delivery or in meeting completion dates due to force majeure events shall automatically extend such dates for a period equal to the duration of the delay caused by such events, unless CAW determines it to be in its best interest to terminate the Contract Indemnification* To the fullest extent allowed by law, Contractor shall indemnify, defend, save and hold harmless, protect, and exonerate CAW, its commissioners, board members, officers, employees, agents, and representatives from and against all claims, demands, liabilities, suits, actions, damages, losses, and costs of every kind and nature whatsoever including, without limitation, court costs, investigative fees and expenses, and attorneys fees, arising out of or caused by Contractor and/or its officers, directors, principals, agents, and/or employees in the performance of or failure to perform this Contract. In CAW s sole discretion, Contractor may be allowed to control the defense of any such claim, suit, etc. In the event Contractor defends said claim, suit, etc., Contractor shall use legal counsel acceptable to CAW. Contractor shall be solely responsible for all costs and/or expenses associated with such defense, and CAW shall be entitled to participate in said defense. Contractor shall not settle any claim, suit, etc., without CAW s concurrence, which CAW shall not unreasonably withhold. 18

19 9.19 Independent Agency status* Contractor shall, at all times, be regarded as and shall be legally considered an independent contractor and shall at no time act as an agent for CAW. Nothing contained herein shall be deemed or construed by CAW, Contractor, or any third party as creating the relationship of principal and agent, master and servant, partners, joint ventures, employer and employee, or any similar such relationship between CAW and Contractor. Neither the method of computation of fees or other charges, nor any other provision contained herein, nor any acts of CAW or Contractor hereunder creates, or shall be deemed to create a relationship other than the independent relationship CAW and Contractor. Contractor s personnel shall not be deemed in any way, directly or indirectly, expressly or by implication, to be employees of CAW. Neither Contractor nor its employees shall, under any circumstances, be considered servants, agents, or employees of CAW and CAW shall be at no time legally responsible for any negligence or other wrongdoing by Contractor, its servants, agents, or employees. CAW shall not withhold from the contract payments to Contractor any federal or state unemployment taxes, federal or state income taxes, Social Security tax, or any other amounts for benefits to Contractor. Further, CAW shall not provide to Contractor any insurance coverage or other benefits, including Worker s Compensation, normally provided by CAW for its employees Modification or renegotiation* Except as otherwise specifically provided in this Contract, this Contract may be altered, amended, or modified only by a written document executed by CAW and Contractor No limitation of liability Nothing in this Contract shall be interpreted as excluding or limiting any tort liability of Contractor for harm caused by the intentional or reckless conduct of Contractor or for damages incurred through the negligent performance of duties by Contractor Ownership of documents and work papers* CAW shall own all documents, files, reports, work papers and working documentation, electronic or otherwise, created in connection with the provision of services under this Contract, except for Contractor s internal administrative and quality assurance files and internal correspondence Quality control Contractor shall institute and maintain throughout the contract period a properly documented quality control program designed to ensure that the services are provided at all times and in all respects in accordance with the Contract. The program shall include providing daily supervision and conducting frequent inspections of Contractor s staff and ensuring that accurate records are maintained describing the disposition of all complaints. The records so created shall be open to inspection by CAW. 19

20 9.24 Record retention and access to records Provided Contractor is given reasonable advance written notice and such inspection is made during normal business hours of Contractor, CAW or any duly authorized representatives shall have unimpeded, prompt access to any of Contractor s books, documents, papers, and/or records which are maintained or produced as a result of the services provided hereunder for the purpose of making audits, examinations, excerpts, and transcriptions. All records related to this Contract shall be retained by Contractor for three (3) years after final payment is made under this Contract and all pending matters are closed; however, if any audit, litigation or other action arising out of or related in any way to the services rendered pursuant to this Contract is commenced before the end of the three (3) year period, the records shall be retained for one (1) year after all issues arising out of the action are finally resolved or until the end of the three (3) year period, whichever is later. Contractor acknowledges, accepts and agrees that all Contractor records created as a result of this Agreement may be subject to the Arkansas Freedom of Information Act Recovery of money Whenever, under the Contract, any sum of money shall be recoverable from or payable by Contractor to CAW, the same amount may be deducted from any sum due to Contractor under the Contract or under any other contract between Contractor and CAW. The rights of CAW are in addition and without prejudice to any other right CAW may have to claim the amount of any loss or damage suffered by CAW on account of the acts or omissions of Contractor Severability If any part of this Contract is declared to be invalid or unenforceable, such invalidity or unenforceability shall not affect any other provision of the Contract that can be given effect without the invalid or unenforceable provision, and to this end the provisions hereof are severable. In such event, the parties shall amend the Contract as necessary to reflect the original intent of the parties and to bring any invalid or unenforceable provisions in compliance with applicable law Termination upon bankruptcy This Contract may be terminated in whole or in part by CAW upon written notice to Contractor, if Contractor should become the subject of bankruptcy or receivership proceedings, whether voluntary or involuntary, or upon the execution by Contractor of an assignment for the benefit of its creditors. In the event of such termination, Contractor shall be entitled to recover just and equitable compensation for satisfactory work performed under this Contract prior to such date. 20

21 9.28 Third party action notification Contractor shall give the customer prompt notice in writing of any action or suit filed, and prompt notice of any claim made against Contractor by any person or entity that may result in litigation related in any way to this Contract Waiver No delay or omission by either party to this Contract in exercising any right, power, or remedy hereunder or otherwise afforded by contract, at law, or in equity shall constitute an acquiescence therein, impair any other right, power or remedy hereunder or otherwise afforded by any means, or operate as a waiver of such right, power, or remedy. No waiver by either party to this Contract shall be valid unless set forth in writing by the party making said waiver. No waiver of or modification to any term or condition of this Contract will void, waive, or change any other term or condition. No waiver by one party to this Contract of a default by the other party will imply, be construed as or require waiver of future or other defaults Non-Discrimination Policy Central Arkansas Water shall not discriminate against or in the selection of vendors because of the race, color, creed, religion, sex, national origin, age, disability, veteran s status, marital status, sexual orientation, gender identity, genetic information, political opinions or affiliation, or any other status protected by law of the vendor s owners or personnel. By submission of a response to the RFQ, you agree that you shall not discriminate in your employment practices or your provision of goods or services to others on the basis of race, color, creed, religion, sex, national origin, age, disability, veteran s status, marital status, sexual orientation, gender identity, genetic information, political opinions or affiliation Applicable Law* This contract shall be governed by and construed in accordance with the laws of the State of Arkansas, excluding its conflicts of law s provisions, and any litigation with respect thereto shall be brought in the courts of the State of Arkansas located in Pulaski County, Arkansas. Contractor hereby irrevocably consents to the personal jurisdiction of the Circuit Court of Pulaski County, Arkansas upon and over Contractor Applicability of Freedom of Information Act* Contractor acknowledges that CAW is subject to the requirements of the Arkansas Freedom of Information Act (the FOIA ) and to the extent Contractor performs work for CAW, Contractor may also be subject to requirements of the FOIA. Therefore, each party shall assist and cooperate with the other (at their own expense) to enable the other party to comply with any applicable information disclosure obligations under the 21

22 FOIA. Whenever a party receives a request for information under the FOIA in relation to the Contract or information which it is holding on behalf of the other party, it shall (and shall procure that its sub-contractors shall): i. transfer the request for information to the other party as soon as practicable after receipt and in any event within one (1) working day of receiving the request for information; ii. iii. provide the other party with a copy of all information in its possession or power in the form that the other party requires within two (2) working days (or such other period as the other party may specify) of the other party requesting that information; and provide all necessary assistance as reasonably requested by the other party to enable the other party to respond to the request for information within the relevant time for compliance as set out in the FOIA. Each party shall be responsible for determining at its absolute discretion whether: i. the information is exempt from disclosure under the FOIA; or ii. the information is to be disclosed in response to a request for information. 22

23 Purchasing Department 221 East Capitol Avenue Little Rock, AR STATEMENTS OF QUALIFICATIONS SUBMISSION FORMS: Employee Benefit Brokerage & Consulting Services THE FIRM OF: Address: FEIN# Hereby agree to provide the requested services as defined in Request for Qualifications No. xxxx Person to contact regarding this statements of qualifications: Title: Phone: Fax: Name of personal authorized to bind the Firm (9.7): Signature: Date: By signing and submitting a statements of qualifications, your firm acknowledges and agrees that is has ead and understands the RFQ documents 23

REQUEST FOR PROPOSAL RFP GROUP HEALTH INSURANCE

REQUEST FOR PROPOSAL RFP GROUP HEALTH INSURANCE PERSONS RECEIVING THIS RFP FROM THE INTERNET, EMAIL OR BY FAX MUST CALL (501) 377-1266 AND REGISTER THEMSELVES AS A POTENTIAL RESPONDER. FAILURE TO REGISTER MAY RESULT IN YOU MISSING AN AMENDMENT, AND

More information

Invitation to Bid ITB Utility Billing Services Water Bill Shell Printing

Invitation to Bid ITB Utility Billing Services Water Bill Shell Printing PERSONS RECEIVING THIS ITB FROM THE INTERNET OR BY FAX MUST CALL (501) 377-1266 AND REGISTER THEMSELVES AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOU MISSING A BID AMENDMENT, AND A MISSING

More information

Invitation to Bid ITB Carpet/Tile Removal and Carpet Replacement

Invitation to Bid ITB Carpet/Tile Removal and Carpet Replacement PERSONS RECEIVING THIS ITB FROM THE INTERNET OR BY FAX MUST CALL (501) 377-1266 AND REGISTER THEMSELVES AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOU MISSING A BID AMENDMENT, AND A MISSING

More information

INVITATION TO BID #17-26 Water Meter Replacement & AMR Installation Phase III

INVITATION TO BID #17-26 Water Meter Replacement & AMR Installation Phase III PERSONS RECEIVING THIS ITB FROM THE INTERNET OR BY FAX MUST CALL (501) 377-1266 AND REGISTER THEMSELVES AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOU MISSING A BID AMENDMENT, AND A MISSING

More information

INVITATION TO BID ITB Dry Dirt Storage Bin

INVITATION TO BID ITB Dry Dirt Storage Bin INVITATION TO BID ITB 17-37 Dry Dirt Storage Bin Bid Mailing Date October 20, 2017 Bid Submittal Due Date November 2, 2017 1:30 P.M. CT To Elizabeth Tuck-Rowan, C.P.M., CPPB, CPSD Purchasing Manager Purchasing

More information

INVITATION TO BID ITB FENCING WILSON FACILITY

INVITATION TO BID ITB FENCING WILSON FACILITY PERSONS RECEIVING THIS ITB FROM THE INTERNET OR BY FAX MUST CALL (501) 377-1266 AND REGISTER THEMSELVES AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOU MISSING A BID AMENDMENT, AND A MISSING

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

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE THIS AGREEMENT, entered into this day of, by and between the Arkansas State Highway

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES

FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES 1. Applicability. FEDERAL RESOURCES SUPPLY COMPANY GENERAL TERMS AND CONDITIONS FOR THE PROVISION OF SERVICES These terms and conditions for services (these Terms ) are the only terms and conditions which

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof.

06/22/2017. acceptance by Provider. The terms of this Order also apply to any Corrective Action required by Company pursuant to Section 3 hereof. 06/22/2017 1. Terms of Order This purchase order is an offer by the company identified on the face of this purchase order ("Company") for the procurement of the services specified (the "Services") from

More information

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA City of Redmond, Washington Purchasing Division, M/S: 3SFN 15670 NE 85th Street PO Box 97010 Redmond, WA 98073-9710 Request for Proposal The City of Redmond is interested in seeking proposals from qualified

More information

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT] THIS Agreement ( Agreement ) for consulting services is made by and between the City of Pittsburg

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH: PROFESSIONAL SERVICES AGREEMENT For On-Call Services THIS AGREEMENT is made and entered into this ENTER DAY of ENTER MONTH, ENTER YEAR, in the City of Pleasanton, County of Alameda, State of California,

More information

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT EMPLOYEE BENEFITS INSURANCE BROKER AND CONSULTING SERVICES RFP NO. 1516-2 I. INTRODUCTION A. PURPOSE The purpose of this Request for Proposal ( RFP ) is to solicit

More information

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES

SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES SUBCONTRACT AGREEMENT PROFESSIONAL SERVICES This Subcontract Agreement (this Agreement ) is made this day of, 20, by and between LARON INCORPORATED, an Arizona corporation ( Contractor ), and ( Subcontractor

More information

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT

CHRONIC CARE MANAGEMENT SERVICES AGREEMENT CHRONIC CARE MANAGEMENT SERVICES AGREEMENT THIS CHRONIC CARE MANAGEMENT SERVICES AGREEMENT ("Agreement ) is entered into effective the day of, 2016 ( Effective Date ), by and between ("Network") and ("Group").

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period). ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT This Master Agreement is hereby entered into between Ithaca College, a state of New York educational institution in Ithaca, New York, hereafter referred

More information

TERM CONTRACT AWARD CONTRACT NO:

TERM CONTRACT AWARD CONTRACT NO: 2 4 COMMODITY CODE: 285-93-00-047498 0.000 4.0000 % 5 COMMODITY CODE: 285-93-00-047498 0.000 5.0000 % 6 COMMODITY CODE: 285-93-00-047498 0.000 6.0000 % 7 COMMODITY CODE: 285-93-00-047498 1.000 7.0000 %

More information

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES CITY OF SUISUN CITY CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES THIS CONTRACT SERVICES AGREEMENT (herein Agreement ) is made and entered into this day

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

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

DOUKPSC04 Rev Feb 2013

DOUKPSC04 Rev Feb 2013 DOUKPSC04 Purchasing Standard conditions for the Purchase of Consultancy Services 1 DEFINITIONS In the Contract (as hereinafter defined) the following words and expressions shall have the meanings hereby

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE

COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE COUNTY OF SACRAMENTO MUNICIPAL SERVICES AGREEMENT FOR TITLE THIS AGREEMENT is made and entered into on, by and between the insert appropriate name of contracting agency and name of contracting party and

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

More information

BUSINESS ASSOCIATE AGREEMENT

BUSINESS ASSOCIATE AGREEMENT BUSINESS ASSOCIATE AGREEMENT This Business Associate Agreement (the Agreement ) is entered into this day of, 20, by and between the University of Maine System ( University ), and ( Business Associate ).

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES

INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES FF&E CONSULTING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 17th

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

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

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES The following are MANDATORY TERMS to which the Contractor MUST agree without word modification.

More information

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES This is an agreement ( Agreement ) by and between the Ventura County Transportation Commission, hereinafter

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS These terms and conditions apply to the order set forth above (the ORDER ) between SUPPLIER and BUYER (individually PARTY; collectively PARTIES ) relating to the goods/services (individually

More information

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O. BOX ADDRESS CITY, STATE, ZIP TELEPHONE NO. FAX NO. THIS CONTRACT is

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

AGREEMENT FOR SERVICES FOR CDBG PROGRAM AGREEMENT FOR SERVICES FOR CDBG PROGRAM Agreement No. [Enter #] This Agreement for Services for CDBG Program ( this Agreement ) is entered into in the County of Ventura, State of California, on this [Day]

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the

More information

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES May 10, 2011 GENERAL INFORMATION Introduction The City of Salinas (City) seeks qualification submittals from firms or individuals

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of

More information

FIXTURE TERMS & CONDITIONS Materials & Goods

FIXTURE TERMS & CONDITIONS Materials & Goods FIXTURE TERMS & CONDITIONS Materials & Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Supplier to The Pep Boys Manny, Moe & Jack, and its affiliates,

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS

CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS CHEROKEE NATION REQUEST FOR PROPOSAL VICTIM SERVICE AGENCIES/SHELTERS Acquisition Management On behalf of Health Services CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 REQUEST FOR PROPOSAL

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015. Amendment Number 3 to Contract Number DIR-TSO-2542 between State of Texas, acting by and through the Department of Information Resources and Cisco Systems, Inc. This Amendment Number 3 to Contract Number

More information

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and Dated TABLE OF CONTENTS Paragraph 1. Premises 2. Term 3. Rent 4. Assignment 5. Use of Leased Property 6. Permits 7. Tenant Improvements 8. Taxes

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker REQUEST FOR PROPOSAL FOR Spokane Tribal Benefits Broker PROPOSAL Number: RFP17-023 BY: SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100 WELLPINIT, WA 99040 KEY

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information