SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP

Size: px
Start display at page:

Download "SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP"

Transcription

1 SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP The Fairfax County Economic Development Authority ( FCEDA ) is seeking a Contractor to manage its information technology ( IT ) system. The successful Contractor will be a firm that specializes in information technology that can provide an individual to provide such management services. This firm will primarily be responsible for the maintenance of the FCEDA s Local Area Network ( LAN ) operations and T1 line connectivity for both the FCEDA and FCEDA partner organizations. Experience in assessing and forecasting equipment needs, developing a strategic plan for technology systems, and operating LAN systems is mandatory. This position will be based onsite in the FCEDA s office located at 8300 Boone Boulevard, Suite 450, Tysons Corner, Virginia 22182, and the Contractor is required to provide a person to work from this location. The FCEDA wishes to review the credentials of interested IT firms with experience in the areas of activity as described in the special provisions of this RFP. Interested firms must submit technical and business proposals in accordance with the provisions set forth in this Request for Proposal. Public notice of the award of this contract shall be given by the FCEDA by the posting of a notice on Virginia's online e-procurement website, eva at and by the posting of a notice on the FCEDA web site at 1. SCOPE OF CONTRACT The purpose of this Request for Proposal (RFP) is to obtain the services of an information technology manager to manage the FCEDA information technology system. This firm will primarily be responsible for the maintenance of the FCEDA s LAN operations, and dedicated internet connectivity for the FCEDA partner organizations. The FCEDA has approximately 50 users. Equipment inventory is provided and maintained by the FCEDA and is updated as new equipment comes in or is retired. 2. CONTRACT DOCUMENTS 2.1. The following documents, which are included in this Request for Proposal, shall be incorporated by reference in the resulting contract and become a part of said contract upon completion of the Acceptance Agreement by both parties: a. FCEDA Acceptance Agreement (Cover Sheet) b. General Conditions and Instructions to Bidders, pages 1 through 9 c. Special Provisions & Specifications, pages 10 through 26 d. The resulting Technical Proposal e. The resulting Business Proposal f. Memorandum of Negotiation, if necessary (11)

2 3. SUBMISSION OF PROPOSAL 3.1. Four (4) copies of the technical proposal and four (4) separately bound copies of the business proposal are due at the Fairfax County Economic Development Authority, 8300 Boone Boulevard, Suite 450, Tysons Corner, Virginia 22182, prior to the specified time and date. For purposes of this RFP, proposals and all accompanying attachments and requirements must be submitted prior to 2:00 p.m. on Wednesday, July 20, Proposals must be submitted to the FCEDA Procurement Manager via regular first-class mail, courier or hand delivery. Proposals received at the FCEDA after 2:00 p.m. on Wednesday, July 20, 2016 will not be accepted and will be returned to the offeror The technical proposal must be concise and clear. Responses must follow the order of the items listed in this RFP. Unnecessarily elaborate presentations beyond that sufficient to present a complete and effective proposal are not desired. Elaborate art work, expensive paper, bindings and other presentation aids are not required By executing the FCEDA cover sheet, offeror acknowledges he/she has read this Request for Proposal, understands it, and agrees to be bound by its terms and conditions The Procurement Manager reserves the right to reject any or all proposals in whole or in part. 4. LATE PROPOSALS Proposals received in Fairfax County Economic Development Authority office suite after the date and time prescribed shall NOT be considered for contract award and shall be returned to the offeror. 5. PERIOD THAT PROPOSALS SHALL REMAIN VALID All proposals shall remain firm for a period of one hundred twenty (120) calendar days after date specified for receipt of proposals. 6. PERIOD OF CONTRACT 6.1. The period of this contract shall be from October 13, 2016 or date of award, whichever is later, through October 12, This contract may be renewed at the expiration of its term by agreement of both parties. Such renewal may be for three one-year renewals, or less, if agreeable to all parties. (12)

3 6.3. Notice of intent to renew will be given to the Contractor in writing by the FCEDA President/CEO, normally 60 days prior to the expiration date of the current contract. This notice shall not be deemed to commit the FCEDA to a contract renewal It should be noted that multi-year contracts may be continued each fiscal year only after funding appropriations and program approvals have been granted by the Fairfax County Board of Supervisors. In the event that the Fairfax County Board of Supervisors does not grant necessary funding appropriation/program approval, then the affected multiyear contract becomes null and void, effective July 1 of the fiscal year for which such approvals have been denied. 7. TASKS TO BE PERFORMED 7.1 Maintain current environment which includes Windows 7 and 8.1 on laptops and desktops, Microsoft Exchange 2010 exchange server, OWA server, file/print server, Symantec Backup server, WSUS server, Archive and Symantec gateway server, Cisco router/firewall, switch, and wireless for FCEDA Partners. Transition office to upgrades as required. Manage LAN performance, reliability, and security. Ensure that security procedures are implemented and enforced. 7.1 Recommend and implement LAN policies, procedures and standards and ensure their conformance with information systems and company objectives. 7.2 Maintain file server administrative documentation to assist staff in understanding the file server environment, as well as associated client workstations. Create and maintain inventory and reporting system for computer hardware and software. Unpack newly received equipment, install software and peripherals, perform system tests, distribute and set up client workstations. Distribute, store, and label equipment. 7.3 Install software applications, user interface, and operating system software. Configure client workstations. Resolve client problems or recommend remedial action and follow up with client and technical support personnel until problems are resolved. 7.4 Train users on LAN operation and software packages. 7.5 Ensure FCEDA compliance with software copyright laws. 7.6 Keep abreast of new technological developments and industry trends and standards, apprising management when opportunities to improve systems exist. Evaluate the best vendor products that meet organization needs. Annually develop a plan, recommendation, and budget for technology needs within the agency. 7.7 Interface with vendors/fairfax County DIT that provide services including LAN installation, Internet access and other technology services. (13)

4 7.8 Manage the technical aspects of the procurement process for any hardware and/or software associated with the LAN system. 7.9 Manage Help Desk, responding in a timely, efficient and courteous manner to staff requests Prepare equipment for users in a timely manner Oversee LAN connections and maintenance of T1 line equipment and connections in any expansion areas of the suite including the offices of approximately five FCEDA partner organizations Ensure that daily, weekly and monthly backup job runs and completes successfully and provide weekly off-site data storage for LAN tapes in a secure and properly controlled environment Interface with the Fairfax County Department of Information Technology to resolve service issues that affect the FCEDA Evaluate and recommend equipment for new workstations, laptops and printers. Configure any new equipment for staff use Provide connectivity support for the online marketing database as needed Manage and maintain security issues with s from viruses and spams Manage workload of the IT specialist. 8. ESTIMATED TIME REQUIREMENTS This position requires approximately forty hours of work per week, during the FCEDA s normal office hours (8:30 a.m. to 5:00 p.m., Monday through Friday). Evening and/or weekend hours may be required to ensure proper maintenance of LAN system. Any work performed outside of normal business hours must be approved in advance by the Vice President, Management. This position must be based on site at the FCEDA offices. 9. REQUIRED CONTRACTOR QUALIFICATIONS: The successful contractor should be a Microsoft Solution Provider. The individual assigned to the FCEDA should have the following qualifications: BS degree in Computer Science or equivalent in information technology-related course of study. Microsoft Certified Systems Engineer certification. Extensive background in a networked environment including Internet access. Demonstrated work experience with LAN systems, network protocols, and connectivity, troubleshooting network cabling and other hardware components. (14)

5 Experience with Microsoft Windows 2010/2012 servers and workstations with MS Windows 2010 and Office Excellent interpersonal skills, oral and written communication skills, supervisory and time-management skills are mandatory. 10. CONTRACTOR SUPPORT SERVICES The successful Contractor shall have office space at the FCEDA offices in Vienna, Virginia and will be assisted by an IT specialist provided by the FCEDA. 11. REPORTING REQUIREMENTS 11.1 The Contractor will report to the FCEDA Vice President, Management regarding the performance of responsibilities under this Agreement Contractor is required to prepare a monthly status report on all current and completed projects and submit it, along with a copy of the invoice to the FCEDA Vice President, Management. 12. TECHNICAL PROPOSAL SECTION INSTRUCTIONS 12.1 Four copies of the technical proposal must be submitted in an individual binder, separate from the business proposal and contain the following information in the following order: a. FCEDA Acceptance Agreement (Cover Sheet), duly signed with the corporate seal impressed, if applicable. b. Technical Proposal Cover Sheet c. Statement of Qualifications and Experience. The statement of qualifications must include as a minimum: 1. Name of firm submitting proposal 2. Main office address 3. Date organized 4. If a corporation, when and where incorporated 5. Appropriate Federal, State and County registration numbers. 6. Name and description of the qualifications, including experience, of the firm's key staff who will serve as a point of contact for the FCEDA Description of the screening process that would be used to evaluate candidates for the FCEDA IT manager position. Address how the screening procedures used will ensure that the FCEDA is sent competent individuals. Address the performance evaluation process used to determine the effectiveness and competence of employees of the firm. (15)

6 12.3. Description of how, if selected, the firm would transition into the FCEDA, and whether the firm would provide one particular contractor for the entire contract period, or whether the firm would provide different contractors based on availability a. Discussion of the firm's ability to provide back-up support during periods of training, education, illness or other absences b. Discussion of the firm's ability to provide additional IT services as necessary, such as other available engineers, to assist with advanced projects or in emergency situations Provide detailed resumes of those personnel whom you would suggest for on-site positions. See section 9 for Required Contractor Qualifications Provide three (3) business references, including a contact name, address, phone number and address on the Technical Proposal Cover Sheet. If you have been or are currently a contractor with the FCEDA, do not include the FCEDA as a reference. 13. If the firm is located in Fairfax County, VA, submit a completed Business, Professional and Occupational License (BPOL) form (page 28). 14. Current annual financial statement Any particular section of your proposal that you consider to be proprietary must be so marked. Proposals will not be considered proprietary in their entirety. 15. BUSINESS PROPOSAL SECTION INSTRUCTIONS 15.1.a The offeror, as a minimum, must submit four copies of a cost proposal in an individual binder fully supported by cost and pricing data adequate to establish the reasonableness of the proposed fee. Please provide adequate back-up detail to verify the proposed fee. The following information should be submitted as part of the business proposal: 15.1.b The monthly service or retainer fee c Breakdown of fee, including rate per hour and the estimated number of hours to be spent on the contract d Travel and per diem or subsistence costs, if any, supported by breakdown including destination, duration and purpose e Breakdown of other expenses such as subcontractors, other overhead costs, supplies, etc. (16)

7 16. BASIS FOR AWARD 15.1.f Explanation of any other type of expenses that may be incurred in the performance of this contract g Total cost to provide contract services A Selection Advisory Committee ("SAC") will review and evaluate all proposals submitted in response to the Request for Proposal. The SAC shall conduct a preliminary review of all proposals on the basis of the information provided with regard to the firm s technical proposal, the ability of the firm s professional personnel, past performance and experience, ability to meet time requirements, references, and the criteria set forth in paragraph 23, General Conditions and Instructions to Bidders. Based upon this review, the business proposals of the highest rated offeror(s) will then be evaluated. The SAC shall then select the best suited of the offerors deemed fully qualified among those submitting proposals. Interviews shall then be conducted with each of the offerors so selected If the SAC determines that negotiations are not necessary, then based on the evaluation factors published in the RFP and all information obtained in the selection process to this point, the SAC will then select for award the offeror, which in its opinion, has made the best proposal. If it is determined that negotiations are necessary, the SAC will then begin negotiations with each of the offerors so selected. After negotiations, the SAC shall select the offeror which in its opinion has made the best proposal and shall award the contract to that offeror. If a contract satisfactory and advantageous to the FCEDA can be negotiated at a price considered fair and reasonable, award shall be made to that offeror. Final approval of the award of the contract(s) shall be made by the FCEDA President/CEO Evaluation Criteria will be as follows: a. Firm or individual s capability, experience and qualifications. b. References. c. Cost to the FCEDA. d. Interview session (where applicable) Should the FCEDA President/CEO determine in writing and in its sole discretion that only one offeror is fully qualified, or that one offeror is clearly more qualified than the others under consideration, a contract may be negotiated and awarded to that offeror The Procurement Manager may arrange for discussions with firms submitting proposals, if required, for the purpose of obtaining additional information or clarifications only. (17)

8 16.6 Offerors are advised that, in the event of receipt of an adequate number of proposals, which, in the opinion of the Procurement Manager, require no clarifications and/or supplementary information, such proposals may be evaluated without further discussion. Hence, proposals should be submitted initially on the most complete and favorable terms from a technical standpoint which offerors are capable of submitting to the FCEDA. Should proposals submitted require additional clarification and/or supplementary information, offerors should be prepared to submit such additional clarification and/or supplementary information, in a timely manner, when so requested Proposals which, after discussion and submission of additional clarification and/or supplementary information, are determined not to meet the specifications of this Request for Proposal will be classified as unacceptable and no further discussion concerning same will be conducted. 17. SELECTION ADVISORY COMMITTEE 17.1 Minutes of the Selection Advisory Committee deliberations and records or votes taken shall be maintained for at least three years, and will be available for review by the general public by request. 18. INVOICES/PAYMENT The successful Contractor shall invoice the FCEDA on a monthly basis for services performed under this RFP. All invoices must be sent via first-class mail to: Fairfax County Economic Development Authority 8300 Boone Boulevard, Suite 450 Tysons Corner, Virginia Attention: Robin Fenner Telephone: (703) Or by to: rfenner@fceda.org 18.1 The successful Contractor will be reimbursed by the FCEDA for pre-approved expenses reasonably incurred in the performance of duties and responsibilities under this agreement as authorized and approved by the FCEDA President/CEO Payment shall be made via Fairfax County to the Contractor within thirty (30) days of the FCEDA s receipt of a properly completed invoice and upon satisfactory performance, in the FCEDA s sole discretion, of the contractual services in accordance with all of the provisions of the Special Provisions of this RFP. (18)

9 19. CONTACT FOR CONTRACTUAL MATTERS 19.1 The person to contact concerning contractual matters or other provisions and specifications pertaining to this Request for Proposal is: Flor Morrobel Procurement Manager Fairfax County Economic Development Authority 8300 Boone Boulevard, Suite 450 Vienna, Virginia Telephone: (703) ORDER OF PRECEDENCE 20.1 In the event of conflict, the FCEDA Cover Sheet and the Special Provisions of this contract shall take precedence over the General Conditions and Instructions to bidders included herein. 21. ESTIMATED HOURS 21.1 The hours specified in this Request for Proposal are estimated only, and are given for the information of offerors and for the purpose of evaluation. They do not indicate the actual hours that will be contracted for since such volume will depend upon requirements which develop during the contract period. 22. PERFORMANCE APPROVAL 22.1 The FCEDA reserves the right to make the final determination as to whether the individual assigned as an on-site LAN manager meets the required qualifications, and reserves the right to request the services of another individual should a person assigned to this site fail to meet the required qualifications and performance requirements. 23. DATA SOURCES 23.1 All available data in the possession of the FCEDA that may be of relevance to this project will be made available to the Contractor. 24. CONFIDENTIALITY 24.1 Any proprietary information, reports, or other materials given to, viewed by, or prepared or assembled by the Contractor under this agreement shall not be sold or otherwise made available to any individual or organization without the prior written consent of the FCEDA President/CEO. (19)

10 25. DELAYS AND SUSPENSIONS 25.1 If the Contractor elects to stop work due to delay or failure to provide data or services on the part of the FCEDA, the Contractor s time to perform the services shall be extended by the time reasonably necessary to compensate for such delay. If any data or services are not supplied, or are not reasonably suited for the intended use, then the Contractor shall give written notice to the FCEDA President/CEO The Contractor shall be paid for all work completed to such date of suspension plus all the Contractor costs related to the delay, omission or any consequent work stoppage by the Contractor and its personnel. The Contractor may continue its work on other phases of the project with appropriate extension of time of performance upon delivery of the data or services to be provided by the FCEDA. The Contractor may proceed without such data and services, and any error or omission of the Contractor resulting from the omission of the data and services shall not constitute default by the Contractor. 26. PROJECT AUDITS 26.1 The Contractor shall maintain adequate records in such a manner that they may be audited in progress and/or up to three (3) years following completion of the contract. A simple ledger sheet showing disbursement by line-item is preferred. The auditor will need access to the following documents during this audit: a. All paid vouchers including those for out-of-pocket expenses, and other b. reimbursements supported by invoices, including Contractor s copies of b. periodic estimate for partial payment; b. Ledgers; c. Canceled checks; d. Deposit slips; e. Bank statements; f. Journals, if any; g. Copies of all contracts and copies of any contract amendments/change orders; h. Insurance documents; i. Payrolls; j. Time sheets. (20)

11 27. INSURANCE REQUIREMENTS 27.1 Except as otherwise provided by law, the Contractor shall at all times during the continuance of all work under this agreement keep in force such insurance as will protect him/her from claims under Workmen s Compensation Acts, and also such insurance as will protect him/her and the County or the FCEDA from any other claims for damages to any property of the County or the FCEDA or of the public, which may arise from operations under this contract, whether such operations be by the Contractor or by any subcontractor or anyone directly or indirectly employed by any of them. The minimum acceptable bodily injury coverage will be $1,000,000. The exact amount of property damage coverage, or other coverage, will depend upon the amount of the final contract award All income taxes, retirement, workmen s compensation and other fringe benefits shall be the responsibility of the Contractor. 28. PRICES AND PRICE ADJUSTMENT 28.1 All prices/discounts shall remain firm for the duration of the contract, unless otherwise stipulated in the Special Provisions If labor rates are requested, the rates specified by bidder shall include all direct and indirect overhead costs such as transportation, general and administrative cost, etc. Labor rates will be paid on the basis of time at the site. The Contractor warrants that the unit price stated herein will remain firm for a period of not less than 365 calendar days from the first day of the contract period. In the event the FCEDA elects to extend this Agreement, the contract unit price may be increased upon approval of the Contractor s written request to the FCEDA President/CEO. Such a request shall include as a minimum, (1) the cause for adjustment; (2) proposed effective date; and, (3) the amount of the change requested with documentation to support the requested adjustment (i.e., appropriate Bureau of Labor Statistics, change in manufacturing price, etc.). Such price adjustment shall be by the same percentage as documented, and the contract shall be modified accordingly, provided THAT: a. The aggregate of the increase in the contract unit price made under this clause shall NOT exceed a total of five percent (5%) of the original contract unit price. If this contract is renewed, the percentage increase shall not exceed five percent (5%) per contract period on the price(s) prevailing at the time of renewal. b. The increased contract unit price may be effective after 365 calendar days provided that the Contractor submits a written request, with supporting documentation, for an increase, at least thirty (30) calendar days prior to the proposed effective date of the price increase. (21)

12 c. The increased contract unit price shall not apply to requests for service received by the Contractor prior to the effective date of the increased contract unit price. Requests for services shall be considered to have been received by the Contractor after the fifth (5 th ) calendar day following the date of signature by the FCEDA President/CEO or his authorized representative; d. Such requested contract unit price increase shall become effective only upon approval by the FCEDA President/CEO; e. Within thirty (30) calendar days after receipt of a Contractor's written request, the FCEDA President/CEO may cancel, without liability to either party, any portion of the contract affected by the requested increase and undelivered at the time of such cancellation. 29. STATUS OF CONTRACTOR 29.1 The successful Contractor will be an independent contractor and not an agent or employee of the FCEDA. FCEDA is interested only in the results obtained under this agreement. The manner and means of the performance of the IT manager position shall be subject to FCEDA s general right of inspection and supervision to secure the satisfactory completion thereof. None of the benefits provided by FCEDA to employees, including but not limited to, compensation insurance and unemployment insurance, are available from FCEDA to Contractor. 30. SUCCESSOR AND ASSIGNS 30.1 Neither party hereto may assign, convey, or otherwise transfer whether by operation of law or otherwise, any of its rights, obligations, or interests under this Agreement without the prior written consent of the other party. This Agreement shall be binding upon and inure to the benefit of and be enforceable by the FCEDA and Consultant, and their respective heirs, successors and assigns. 31. KEY PERSONNEL 31.1 The personnel named in the technical proposal shall remain responsible throughout the period of this contract. No diversion or replacement may be made without submission of a resume of the proposed replacement with final approval being granted by the FCEDA President/CEO. 32. CHANGES IN REQUIREMENTS 32.1 The FCEDA may, at any time, by written order, require changes in the services to be performed by the Contractor. If such changes cause an increase or decrease in the Contractor s cost of, or time required for performance of any service in this contract, an equitable adjustment shall be made and the contract shall be modified in writing accordingly. The FCEDA President/CEO must approve all work which is beyond the scope of this Request for Proposal. (22)

13 32.2 No services for which an additional cost or fee will be charged by the Contractor shall be furnished without the prior written authorization of the FCEDA President/CEO. 33. TRADE SECRETS/PROPRIETARY INFORMATION 33.1 Trade secrets or proprietary information submitted by an offeror or Contractor in connection with a procurement transaction shall not be subject to public disclosure under the Virginia Freedom of Information Act. However, the bidder, offeror or Contractor must invoke the protection of this statute prior to or upon submission of the data or other material, must identify the data or other materials to be protected and state the reasons why protection is necessary. Disposition of material after award(s) is/are made should be stated by bidder, offeror or Contractor. 34. TERMINATION OF CONTRACT 34.1 Either party may terminate this Agreement upon thirty (30) days written notice to the other. In such event, all finished or unfinished documents, data, studies, and reports prepared by the successful Contractor under the contract shall become the 35. INDEMNITY FCEDA s property as of the date of termination and the Contractor shall be entitled to receive a portion of its fee on a prorated basis calculated from the date of termination. However, notwithstanding the above, the Contractor shall not be relieved of liability to the FCEDA by virtue of any breach of contract by Contractor for the purpose of setoff until such time as the exact amount of damages due to the FCEDA from the Contractor is determined The successful Contractor shall indemnify, keep and save harmless the FCEDA, its agents, officials and employees, against all injuries, death, loss, damage, claims, patent claims, suits, liabilities, judgments, costs and expenses, which may or otherwise accrue against the FCEDA in consequence of the granting of this contract or which may or otherwise result therefrom, if it shall be determined that the act was caused through negligence or omission of the Contractor or its employees, of the subcontractor or its employees, if any, and the Contractor shall, at its own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith, and if any judgment shall be rendered against the FCEDA in any such action, the Contractor shall at its own expense, satisfy and discharge the same. The Contractor expressly understands and agrees that any insurance protection required by this contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the FCEDA as herein provided. (23)

14 36. DISPUTE RESOLUTION 36.1 Any dispute concerning a question of fact, including claims for money, contractual claim or other relief as a result of a contract with the FCEDA shall be submitted in writing to the FCEDA President/CEO no later than sixty (60) days after final payment; however, written notice of the Contractor s intention to file such claim shall be given at the time of the occurrence or beginning of the work upon which the claim is based Any such dispute which is not disposed of by agreement shall be decided by the FCEDA President/CEO, who shall reduce his decision to writing and send by certified mail or otherwise forward a copy thereof to Contractor within ten (10) days of receipt of Contractor s claim. The decision of the FCEDA President/CEO shall be final and conclusive unless Contractor appeals within six (6) months of the date of receipt of the written decision by the FCEDA by instituting legal action in the appropriate U.S. circuit court. 37. DRUG-FREE WORKPLACE REQUIREMENT 37.1 The Contractor agrees to (i) provide a drug-free workplace for the Contractor s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor A drug-free workplace means a site for the performance of work done in connection with a specific contract awarded to a Contractor in accordance with the Public Procurement Act, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. 38. COMPLIANCE WITH IMMIGRATION LAWS 38.1 The contractor does not, and shall not during the performance of this contract, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of (24)

15 39. NON-DISCRIMINATION IN EMPLOYMENT 39.1 The Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. The Contractor agrees to post in conspicuous places, accessible to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the contract, will state that such Contractor is an equal opportunity employer Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section The Contractor will include the provisions of the foregoing paragraphs 36.1, 36.2, and 36.3 above in every subcontract or purchase order of over $10,000 so that the provisions will be binding upon each subcontractor or vendor Contractor and Subcontractor hereunder shall, throughout the term of this contract, comply with the Human Rights Ordinance, Chapter 11 of the Code of the County of Fairfax, Virginia, as reenacted or amended. 40. SEVERABILITY 40.1 If any of the provisions of this Agreement are held to be invalid, illegal, or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. 41. ENTIRE AGREEMENT 41.1 This Agreement constitutes the entire Agreement between Consultant and the FCEDA with respect to the subject matter of this Agreement and these provisions shall supersede or replace any conflicting or additional provisions which may be contained in any other writing, document or the like. In the event of a conflict between any provisions appearing in any other writing and in this Agreement, the provisions of this Agreement shall be controlling. 42. WAIVER OF MODIFICATION 42.1 No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of Consultant and by the FCEDA President. (25)

16 43. COUNTERPARTS 43.1 This Agreement may be executed in two or more counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same instrument. 44. GOVERNING LAW 44.1 This agreement and all terms and conditions herein set forth are subject to the law of the Commonwealth of Virginia, USA, and other local laws, polices, resolutions and regulations, as applicable. The parties hereby agree that in the event of any dispute, the Circuit Court of Fairfax, Virginia or the United States District Court, Eastern Division, Alexandria, Virginia, shall have exclusive jurisdiction. 45. NO BENEFIT BY OFFICIALS: 45.1 Each bidder or offeror shall certify, upon signing a bid or proposal, that to the best of his or her knowledge, no Fairfax County or FCEDA official or employee having official responsibility for the procurement transaction, or member of his or her immediate family, has received or will receive any financial benefit of more than nominal or minimal value relating to the award of this contract. If such a benefit has been received or will be received, this fact shall be disclosed with the bid or proposal or as soon thereafter as it appears that such a benefit will be received. Failure to disclose the information prescribed above may result in suspension or debarment, or rescission of the contract made, or could affect payment pursuant to the terms of the contract Whenever there is reason to believe that a financial benefit of the sort described in paragraph (a) has been or will be received in connection with a bid, proposal or contract, and that the contractor has failed to disclose such benefit or has inadequately disclosed it, the FCEDA President/CEO, as a prerequisite to payment pursuant to the contract, or at any other time, may require the contractor to furnish, under oath, answers to any interrogatories related to such possible benefit. (26)

17 TECHNICAL PROPOSAL COVER SHEET The following documents which are included in this Solicitation shall be incorporated by reference in the resulting contract and become a part of said contract: A. FCEDA Acceptance Agreement (Cover Sheet) B. General Conditions, Pages 1-10 C. Special Provisions & Specifications, Pages 11 through 26 D. Resulting Technical Proposal E. Resulting Business Proposal F. Memorandum of Negotiation, if necessary CONTRACTOR CONTACT INFORMATION: Contact Person: Title: Firm Name: Address: City, State, Zip: Telephone: PAYMENT ADDRESS (If different from Firm address on Cover Page): REFERENCES: List below three (3) references for which you have performed similar work with respect to IT Systems Management within the past two (2) years. If you have been or are currently a contractor with the FCEDA, do not include the FCEDA as a reference. Company: Reference individual s name and title: Address: Telephone: Company: Reference individual s name and title: Address: Telephone: Company: Reference individual s name and title: Address: Telephone: (27)

18 BUSINESS, PROFESSIONAL AND OCCUPATIONAL LICENSE All firms located in Fairfax County must obtain a Business, Professional and Occupational License (BPOL) as required by Chapter 4, Article 7, of the Code of the County of Fairfax, Virginia. It shall be unlawful for a firm located in Fairfax County to engage in business in Fairfax County without first obtaining the required license. In order for the Office of Assessments to determine your BPOL requirement prior to contract award, it is necessary for you to provide the following information: If you currently have a Fairfax County business license, please submit a copy of the license with your bid or proposal. Failure to provide a copy of your firm s current Fairfax County business license will be grounds for disqualification and your proposal will not receive additional consideration. Do you have an office in: Virginia Yes No Fairfax County Yes No Date business began/will begin work in Fairfax County A detailed description of the business activity that will take place in Fairfax County. If business is located outside of Fairfax County, give the percentage of work actually to be done in Fairfax County. Signature Date For Office Use Only: Company Name and Address: Amount of Contract Award $ Company Contact Phone No. Nature of Business (28)

FCEDA Printing Services RFP SPECIAL PROVISIONS

FCEDA Printing Services RFP SPECIAL PROVISIONS 1. SCOPE 1.1 The intent of this Request for Proposal is to establish a fixed price contract by and between the Fairfax County Economic Development Authority (hereinafter FCEDA ) and the Contractor for

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

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

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 DATE April 12, 2017 TABLE OF CONTENTS 1. SUMMARY AND BACKGROUND...

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE ACCEPTANCE DATE: 3:00 p.m., July 15, 2013 Local Verizon Time ACCEPTANCE LOCATION:

More information

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES REQUEST FOR PROPOSAL FOR CASH MANAGEMENT SERVICES The Rappahannock, Shenandoah and Warren Regional Jail, also known as RSW Regional Jail, is soliciting sealed proposals from qualified financial institutions

More information

Request for Proposals. Forensic Accounting Audit Services

Request for Proposals. Forensic Accounting Audit Services Request for Proposals Forensic Accounting Audit Services PURPOSE: The City of Bristol, Virginia is accepting proposals from qualified, Virginia licensed firms for Forensic Accounting Audit Services related

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows: A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or

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

City of Loveland, Ohio

City of Loveland, Ohio City of Loveland, Ohio Request for Proposal (RFP) Information Technology (IT) Managed Services Provider Proposals are due by 4:30 PM, November 1, 2017 The City of Loveland is inviting qualified Information

More information

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. FARMERS MARKET AGREEMENT I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor. II. III. IV. PURPOSE: The Town wishes to have an innovative Farmers

More information

Request for Proposal Public Warning Siren System April 8, 2014

Request for Proposal Public Warning Siren System April 8, 2014 Request for Proposal Public Warning Siren System April 8, 2014 THE CITY OF MARTINSVILLE wishes to extend an invitation to all qualified contractors to submit a proposal/s for providing a complete siren

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Sealed proposals will be received at the WESTERN TIDEWATER REGIONAL JAIL Attn: Tim Wertheimer Director, Administration and Support Services 2402 Godwin Blvd Suffolk, Virginia 23434

More information

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between: COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11157NO0

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

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

FCEDA Printing Services RFP SPECIAL PROVISIONS

FCEDA Printing Services RFP SPECIAL PROVISIONS SPECIAL PROVISIONS 1. SCOPE 1.1 The intent of this Request for Proposal is to establish a fixed price contract by and between the Fairfax County Economic Development Authority (hereinafter FCEDA ) and

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

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

Transurban Standard Terms and Conditions

Transurban Standard Terms and Conditions Transurban Standard Terms and Conditions 1. General. 1.1 In the absence of an existing written contract between the parties in effect as of the Purchase Order date for the particular goods or services

More information

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS. AGREEMENT made as of the day of, 201. BETWEEN the Owner:

More information

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES The Board of Supervisors of Scott County (hereinafter called the "County") invites qualified certified public accountants (hereinafter

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

Tobacco Use Prevention Grantees FY

Tobacco Use Prevention Grantees FY Tobacco Use Prevention Grantees FY20162018 701 E. Franklin Street Suite 500 Richmond, VA 23219 www.vfhy.org Table of Contents I. General Terms and Conditions.3 II. Special Terms and Conditions... 9 III.

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing Division CONTRACT:

More information

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211 Issue Date: March 28, 2013 Responses due: April 18, 2013, 4:00 p.m. Pacific Local Time REQUEST FOR PROPOSAL I. PURPOSE OF REQUEST The

More information

REQUEST FOR PROPOSAL. Nurturing Parent Program

REQUEST FOR PROPOSAL. Nurturing Parent Program REQUEST FOR PROPOSAL Nurturing Parent Program 1. INTRODUCTION. 1.1 The Bedford County Depart ment of Social Services invites sealed proposals from qualified firms and/or individuals to facilitate an evidence

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

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

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

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposal. RFP # Delinquent Tax Collection Services County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0208-1 This procurement is governed

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

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

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

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

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

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

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT Revised 07-01-2017 INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this "Agreement"), dated [insert date], is between The Chicago Zoological Society, Brookfield, Illinois (the "Zoo")

More information

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES THIS AGREEMENT ( Agreement ) is made and entered into by and between the City of Snohomish, Washington,

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

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 11052NA2

More information

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES PROPOSAL DUE: 4:00 P.M., MARCH 14, 2013 I. GENERAL INFORMATION: The Board of Supervisors of Middlesex County (hereinafter called the unit ) invites qualified

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

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

More information

Scope of Work: April 21, Close of Business (COB) Contract Officer:

Scope of Work: April 21, Close of Business (COB) Contract Officer: REQUEST FOR PROPOSALS Information Technology (IT) Risk Assessment Services 2011-4843-1524 March 25, 2011 City of Newport News OFFICE OF THE PURCHASING DIRECTOR 2400 Washington Avenue Newport News, VA 23607

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

NORTHWESTERN COMMUNITY SERVICES

NORTHWESTERN COMMUNITY SERVICES NORTHWESTERN COMMUNITY SERVICES AUDIT SERVICES: NORTHWESTERN COMMUNITY SERVICES REQUEST FOR PROPOSAL Issue Date: May 25, 2018 The Northwestern Community Services requests qualified independent certified

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

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 10011NA2

More information

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM

COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM REQUEST FOR PROPOSAL FOR COOLING SYSTEM DESIGN BUILD FOR THE SULLIVAN COUNTY ITS SERVER ROOM at the SULLIVAN COUNTY GOVERNMENTER CENTER 100 NORTH ST., MONTICELLO, NY 12701 Issued by: Sullivan County Purchasing

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

Chapter 26. The Contract

Chapter 26. The Contract Chapter 26. The Contract Summary This chapter identifies, in general terms, the required elements of a contract entered into for the procurement of goods or services. The specific elements of a contract

More information

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES A. Purpose of Request The Village of Greendale Wisconsin is requesting proposals for the purpose of retaining a certified

More information

Invitation for Bids IFB # VIT

Invitation for Bids IFB # VIT VIRGINIA INTERNATIONAL TERMINALS, LLC Invitation for Bids IFB #2018-02-VIT Internet Circuit INVITATION FOR BID (IFB) TITLE INVITATION FOR BID (IFB) NO: GENERAL INFORMATION Internet Circuit 2018-02-VIT

More information

LONG AND FOSTER HOME SERVICE CONNECTIONS VENDOR AGREEMENT

LONG AND FOSTER HOME SERVICE CONNECTIONS VENDOR AGREEMENT LONG AND FOSTER HOME SERVICE CONNECTIONS VENDOR AGREEMENT THIS VENDOR AGREEMENT (the Agreement ) effective as of this day of, is by and between Long & Foster Real Estate, Inc. a Virginia Corporation whose

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

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

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

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

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M. RBHA.ORG 804-819-4000 107 SOUTH FIFTH STREET, RICHMOND, VA 23219 REQUEST FOR PROPOSAL No. 2015-AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M. Adrienne

More information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

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

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

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing

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

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

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

CUYAHOGA COUNTY REQUEST FOR PROPOSAL CUYAHOGA COUNTY REQUEST FOR PROPOSAL Issue date: RFP title: RFP #JA-13-28478 EMERGENCY ALERT SYSTEM MAINTENANCE Department Address: Cuyahoga County Department of Public Safety and Justice Services 310

More information

TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is

TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is TERMS AND CONDITIONS OF SERVICE 1. DEFINITIONS: Affiliate means any entity which directly or indirectly owns or controls, is controlled by, or is under common control with, Donnelley Financial or Client,

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS 1. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of

More information

Referral Agreement. 2.7 Under Xennsoft s direction, assist in the setup, training and support of the Products with

Referral Agreement. 2.7 Under Xennsoft s direction, assist in the setup, training and support of the Products with Referral Agreement This Referral Agreement ( Agreement ) grants to the person or entity Referring Party identified below ( Contractor ) the right to refer to Xennsoft LLC, a Utah Limited Liability Company

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

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

REQUEST FOR PROPOSALS TELEPHONE SYSTEM REQUEST FOR PROPOSALS TELEPHONE SYSTEM 360 Main St. Delta, Colorado 81416 Phone (970) 874-7903 Fax (970) 874-6931 www.cityofdelta.net Issue Date: November 30, 2018 Contact: Glen L. Black Submission Deadline:

More information

GENERAL TERMS AND CONDITIONS

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

More information

GUTTENBERG HOUSING AUTHORITY

GUTTENBERG HOUSING AUTHORITY GUTTENBERG HOUSING AUTHORITY REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et. seq. PROPOSALS MUST BE SUBMITTED BY Wednesday March

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign

More information

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK MAY 1, 2018 Effective Date: January 1, 2019 1 Introduction A. Overview and Reason for Competitive Request for Proposal Overland Park, Kansas

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

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia 22314 PROJECT MANUAL May 6, 2016 Northern Virginia Regional Park Authority (aka NOVA Parks) 5400 Ox Road Fairfax

More information

Services Agreement - Terms and Conditions. Gold Support Premier Enterprise Support Services

Services Agreement - Terms and Conditions. Gold Support Premier Enterprise Support Services Services Agreement - Terms and Conditions Gold Support Premier Enterprise Support Services BY ACCEPTING THE SERVICES AND SUPPORT DESCRIBED ON YOUR INVOICE, YOU AGREE TO BE BOUND BY AND ACCEPT THE TERMS

More information

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS BIDDERS COMPANY NAME REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS Prepared by: Washtenaw County Purchasing Division Administration Building 220 N. Main, B-35

More information

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA CONTRACT: 7005B00 SUBJECT: COPIER RENTAL Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA 22192-9201 703-792-6770 METRO 631-1703 EXT 6770 and the Contractor: TML COPIERS

More information

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013 1. DEFINITIONS - The terms defined in this paragraph shall have the meanings set forth below: 1.1. Customer means Cooper Heat Treating LLC. 1.2. Order means this written Purchase Order between Customer

More information

AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND

AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND THIS AGREEMENT is made this day of, 20 by and between TENNESSEE TECHNOLOGICAL UNIVERSITY, hereinafter referred to as "University," and hereinafter

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

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

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

PAYROLL SERVICE AGREEMENT

PAYROLL SERVICE AGREEMENT PAYROLL SERVICE AGREEMENT YOUR NAME: DATE: This Payroll Services Agreement (this Agreement ) is made as of the day of, 20 for the effective service commencement date of, between Client identified above

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information