CONTRACT: 16049NA4. Engineering Design Services for Federal-Aid Funded Projects. Between:

Size: px
Start display at page:

Download "CONTRACT: 16049NA4. Engineering Design Services for Federal-Aid Funded Projects. Between:"

Transcription

1 COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia (703) Metro , Ext Fax: (703) FINANCE DEPARTMENT Purchasing CONTRACT: 16049NA4 SUBJECT: Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA (703) METRO EXT 6770 And the Consultant: ATCS, P.L.C Dulles View Drive, Suite 300 Herndon, VA This Contract is entered into this 11 th day of February, 2016, by and between the Board of County Supervisors of Prince William County, Virginia, or its authorized agents, or assignee, hereinafter called the party of the first part (Owner) or (County) and hereinafter called the party of the second part, ATCS, P.L.C. (Consultant) for project entitled as identified herein, in accordance with the following terms and conditions. An Equal Opportunity Employer

2 Contract No NA4 TABLE OF CONTENTS PAGE SECTION I SPECIAL PROVISIONS... 1 I.1 Definitions... 1 I.2 Contract Period... 1 I.3 Incorporation of Documents... 1 I.4 Provision of Services and Order of Precedence of Documents... 2 I.5 Contract Amount... 2 I.6 Method of Payment... 2 I.7 Compensation for Additional Services... 2 I.8 Time of the Essence and Completion... 3 I.9 Key Personnel and Special Consultants... 3 I.10 Inspection and Acceptance... 4 I.11 Insurance, Hold Harmless, and Independent Consultant Status... 4 I.12 Disadvantaged Business Enterprise Goal and Monitoring... 4 I.13 Task Order Procedures... 5 I.14 Completion of Deliverables and Each Project Schedule... 6 SECTION II GENERAL PROVISIONS... 7 II.1 Assignability of Contract... 7 II.2 Modifications or Changes to the Contract... 7 II.3 Equal Employment Opportunity... 7 II.4 Drug-free Workplace... 8 II.5 Claims/Disputes... 8 II.6 Termination for Convenience of the County... 9 II.7 Termination for Default II.8 Termination for Non-Appropriation of Funds II.9 Payments to Consultant/Subconsultants II.10 Examination of Records II.11 Ethics in Public Contracting II.12 Governing Law and Choice of Forum II.13 Immigration Reform and Control Act of II.14 Authority or Registration II.15 Integration ATTACHMENT A SCOPE OF WORK ATTACHMENT B - PAYMENT SCHEDULE i

3 Contract No NA4 SECTION I SPECIAL PROVISIONS I.1 Definitions 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 the Prince William County Transportation Department as the using department as authorized by the Purchasing Regulations. 2. Contract Administrator assigned to administer this Contract for the County is the Prince William County Transportation Department Director. On behalf of the Owner, the Contract Administrator may designate an employee as Project Manager, who shall have such authority to act on behalf of the Owner as may be established by the Contract Administrator. 3. Consultant shall mean ATCS, P.L.C., whose authorized representative is John DePasquale, PE, who is responsible for the performance obligation of the Consultant under this Contract. The Consultant shall have no authority to bind the Owner to additional time or funds, unless the Owner has previously agreed to such authority in writing. I.2 Contract Period The term for this Contract shall be for one (1) year from the date of Contract award by the Prince William County Board of County Supervisors. The County shall have the option to extend the Contract for four (4) additional one (1) year periods, contingent upon availability of funds for the purpose. The option to renew shall be exercised at the sole discretion of the County. The County shall give the Consultant reasonable written notice of intent to renew prior to the expiration date of the current Contract. In the absence of any notification to renew, the Contract shall automatically terminate on the expiration date specified in the Contract. Agreement to extend the Contract term shall not be final until the Consultant provides written acknowledgement of the extension. The period for services under this Contract for each individual project Task Order shall be from the date of the Purchase Order, through the construction phase(s) and final acceptance of the roadway(s) or project(s) by VDOT and/or the County, and shall terminate one (1) year after substantial completion. I.3 Incorporation of Documents and Order of Precedence The following documents are hereby incorporated by reference into this Contract: 1. Consultant 's Proposal entitled, dated April 7, County's Solicitation number RFP entitled, dated March 17, Subsequent written Task Order(s) identifying project, defining scope of services, including the commencement and completion dates. Page 1 of 15

4 Contract No NA4 In the event of an inconsistency between the above referenced documents the inconsistency shall be resolved by giving precedence to the following: 1. RFP No. RFP entitled. 2. Subsequent Task Order(s); and then. 3. Consultant s Proposal entitled, dated April 7, This Contract shall take precedence over all the documents referenced above in this section. This Contract is prepared in accordance and consistent with, and governed by, all applicable requirements of Federal Acquisition Regulations, Federal Acquisition Regulations for FHWA, and VDOT Road and Bridge Specifications Handbook, as supplemented by Prince William County, and the Prince William County Purchasing Regulations, which are incorporated by reference. In the event of an inconsistency between or conflict among documents, the inconsistency shall be resolved by giving precedence to the Federal Acquisition Regulations, then the County s Purchasing Regulations. I.4 Provision of Services The Consultant hereby agrees to provide engineering design services for Federal-Aid Funded Projects to the County as described herein and further outlined in Attachment A, Scope of Work. I.5 Contract Amount In return for the services identified above, and subject to the "Non-Appropriation of Funds" clause herein, the County certifies that sufficient funds will be budgeted and appropriated for each Task Order project and shall compensate the Consultant in accordance with such formula for payments as set forth in Attachment B, Fee Schedule. I.6 Method of Payment The County will make payment to the Consultant, net 30 calendar days or in accordance with discount terms, if offered, after receipt of an acceptable invoice and based upon satisfactory percentage of completion of each of the requested services as set forth in the payment schedule in Attachment B Fee Schedule. The Consultant shall submit invoices under each Task Order listing the services performed and completed as outlined in Attachment A. The invoice should cite the Purchase Order Number, Contract Number, and date of services or delivery of an end product. The County will make payment to the Consultant within thirty (30) calendar days of receiving a satisfactory and properly completed invoice, provided the work covered by the invoice has been completed and meets the requirements of the scope of work. Invoices for partial completion of a task, or subtask, shall be accompanied by documentation to support the request for payment. For services and Reimbursable Expenses of independent professional associates and consultants employed by the Consultant to render Additional Services unless negotiated otherwise, the County shall pay to the Consultant the amount the actual amount of expenses with no markup. I.7 Compensation for Additional Services For project representation beyond basic services or, if included, any optional services, compensation for the Consultant s/employee s time shall not exceed the Consultant s direct personnel expenses and direct reimbursables. The selected compensation method will be determined by which is of least cost to the County. The County additionally Page 2 of 15

5 Contract No NA4 reserves the right to negotiate a fixed fee compensation for additional services to the project in lieu of the method outlined above. I.8 Time of the Essence and Completion Time shall be of the essence to this Contract, except where it is herein specifically provided to the contrary, provided that schedules are mutually agreed to and Consultant shall not be responsible for delays and related damages due to circumstances or events beyond its direct control. I.9 Key Personnel and Special Consultants The Consultant shall assign to this Contract the following key personnel: Project Manager QA/QC Survey Engineering Service John DePasquale, PE Michael Rosenfeld, PE Tami Lenox, LS William LaBaugh III, PE Tom Fleming, PE Minh Tonthat Brian Finerfrock, PE Paul Burkart, PE Amy Morris, PE, PTOE Jeffery Kapinos, PE Gary Johnson, PE Laura Wolfe, AICP, APA Paul Schray During the period of performance, the Consultant shall make no substitutions of key personnel and/or consultants unless illness, death, or termination of employment necessitates the substitution and/or in the event the Consultant determines that a personnel substitution is in the best interest of the project. However, in no event shall a substitution of key personnel take place due to the Consultant s reassignment of key personnel to another project. This project shall take precedence over any other project the Consultant may have assigned to the key personnel identified herein. The Consultant shall notify the County Contract Administrator within five (5) calendar days after the occurrence of any of these events and provide the information required by the paragraph below. The Consultant shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutions, and any additional information requested by the Contract Administrator. Proposed substitutions should have comparable qualifications to those of the persons being replaced. The Contract Administrator will notify the Consultant within a reasonable period after receipt of all required information of its decision on proposed substitutions. The Consultant shall also assign as subconsultant to this Contract: Drainage/Hydraulics/VPDES Permits Bridge and Structures Design Coordination of Utility Adjustments Environmental Assessment/Coordination and Permitting Roadway Design/Alternatives, Park/Ride Lots, and Bike/Ped Facilities Geotechnical Services Rummel, Klepper & Kahl, LLP GeoConcepts Engineering, Inc. Page 3 of 15

6 Contract No NA4 Signal Design, MOT Utility Designation Right of Way Services, Appraisals, and Acquisitions T3 Design Accumark, Inc. Continental Field Services I.10 Inspection and Acceptance All tasks and reports shall be conducted and completed in accordance with the care and skill ordinarily used by members of the Consultant s profession practicing under similar circumstances at the same time and in the same locality, and shall be considered complete when the deliverables are approved as meeting the requirements by the Contract Administrator in writing. In the event of rejection of any report or deliverable, the Consultant shall be notified in writing and shall have ten (10) working days from date of issuance of notification to correct the deficiencies and resubmit the report/deliverable. Failure to submit work that meets requirements within the 10 working days shall constitute a breach of the Contract for which the Consultant may be held in default. I.11 Insurance, Hold Harmless, and Independent Consultant Status The Consultant shall maintain insurance, in an amount and a form set forth in RFP The Consultant hereby agrees to indemnify, defend at its own expense, and hold harmless Prince William County, Virginia, its officers, agents, employees and volunteers, from any and all claims for property damage, bodily injuries, and personal injuries including cost of investigation, all expenses of litigation, including reasonable attorney s fees, and the cost of appeals arising out of any claims or suits which result from errors, omissions, or negligent acts of the Consultant, its consultants/subcontractors, agents, and employees. It is understood and agreed that the Consultant all times herein shall be acting as an independent Consultant. I.12 Disadvantaged Business Enterprise Goal and Monitoring The Consultant agrees it must comply throughout the Contract period with Disadvantaged Business Enterprise (DBE) goals as established for this Contract and subsequent written Task Orders under the terms of the Contract. The Consultant agrees and understands that its agents, employees, assigns, or successors, and any person, firm, or agency of whatever nature with whom it may contract or make an agreement, shall comply with the policy guidelines established by VDOT Disadvantaged Minority Enterprise program plan and the provisions of 49 CFR Part 26, as amended, which is hereby made part of this Contract by reference. The Consultant understands that the County/VDOT reserves the right to monitor to ensure that the Consultant s DBEs committed to perform services under contract are in compliance with the requirements as described in 49 CFR Part VDOT District Civil Rights Managers (DCRM) staff will monitor the Consultant s activities to ensure that DBE firms are performing work in accordance with federal regulations. The DCRM may conduct DBE Compliance Reviews on each DBE firm performing work for participation credit/goal. Compliance monitoring may include: site visits, review of documents such as material tickets, subcontracts, lease agreements, etc., and any other information needed to render a compliance determination. The Consultant shall maintain records and documents of payments to DBE firms throughout the Contract performance period. At a minimum, these records must consist of the type of work the DBE firm performed, dates of work, dollar amount paid for work, and on what date payment was made. Unless for an ARRA Task Order project, these records shall be submitted in duplicate on a quarterly basis to the Contract Administrator. Documentation should be submitted no later than thirty (30) calendar days after the end of the federal fiscal year quarter. Page 4 of 15

7 Contract No NA4 I.13 Task Order Procedures County shall provide a task request to the Consultant. The Consultant shall submit a task proposal to the County for each project based on the Consultant Schedule of Rates. The County may request a meeting with the Consultant to discuss the proposed scope of work. Based upon the request and any subsequent meetings/negotiations, the Consultant shall prepare a written task proposal within ten (10) calendar days from the County's task request. The Consultant task proposal should include, but not be limited to, the following: 1. The detailed scope of work, terms and conditions, other related special conditions, and management plan. 2. Key personnel assigned to the task. 3. The detailed cost breakdowns of deliverables. 4. The estimated staffing by position title, estimated number of hours for each, billable rates of pay, and total estimated cost for the task. All expenses shall be included in the hourly rate and shall cover salary, benefits, profit, and all other expenses for overhead, insurance, equipment, etc. 5. Identify subcontractors required for the task. Provide detailed information as required in item Reimbursable costs required for the task. Reimbursable costs shall consist of non-employee costs such as postage, copying charges, transportation, etc. 7. A list of any materials or information required from the County to complete the task order scope of services. The Consultant shall be responsible for obtaining information from the County at its own cost and expense for those items that are generally available to the public and are also essential for completion of the task. Those items shall be furnished when available and in the obtainable or accessible form(s). 8. Proposed dates of work commencement and completion. 9. Consultant shall sign and date task proposal. The Consultant may propose additional subcontractors for disciplines not already identified in the Contract. Such subcontractors shall require prior written approval by the Contract Administrator. The County may request that the Consultant make an oral presentation. Such a presentation may include, but is not limited to, explanations of the proposed approach, workplan, and cost estimate. No compensation shall be paid to the Consultant for the preparation and delivery of task proposals. The County reserves the right to request from the Consultant additional information as determined necessary prior to commencing with negotiations. Within seven (7) calendar days from final negotiations, the Consultant shall prepare and deliver the best and final task proposal to the Contract Administrator. The Consultant's final proposal shall be attached and incorporated in the final executed task order and made a part thereof. No work shall begin until the Consultant receives a fully-executed Task Request and Purchase Order. Unanticipated conditions and additional services required outside the original task order shall be addressed and a cost agreed upon between the County and the Consultant. A Change Order to the Task Order and Purchase Order shall be issued before these additional services are performed. The maximum dollar limit per individual task, and the aggregate sum of all projects per contract annually, shall not exceed the limits set forth in the Prince William County Purchasing Regulations, as promulgated by resolution of the Board of County Supervisors of Prince William County, pursuant to Section of the Code of Virginia, Virginia Public Procurement Act (VPPA). Page 5 of 15

8 Contract No NA4 I.14 Completion of Deliverables and Each Project Schedule The Consultant shall develop each project schedule(s) demonstrating its ability to achieve final completion of each design deliverable within the established time period for final completion of the Work. The project schedule shall include adequate allowances of the time required for the County s review and approval of submissions by authorities (i.e. plan review/permitting) having jurisdiction over the project. The Consultant shall have no authority to extend the time limits established by the approved schedule. The design process and construction plans development shall be completed within 6 months from the date of issuance of the Notice to Proceed. The Consultant shall submit a revised project schedule for the County s review in the event the schedule requires adjustment as the project proceeds. Monthly written progress reports shall accompany invoices for each separate project and should coincide with the deliverable schedule. Progress reports shall be made to the County Contract Administrator. The reports shall begin when the project commences and end when the final report is presented. The reports shall indicate the current status of all phases of the project, any problems and projected resolution, and expected completion date. Page 6 of 15

9 Contract No NA4 SECTION II GENERAL PROVISIONS II.1 Assignability of Contract Neither this Contract, nor any part hereof, may be assigned by the Consultant to any other party without the express prior written permission of the County. II.2 Modifications or Changes to the Contract All modifications and changes to the Contract shall be in writing. The Director of Transportation, with the concurrence of the Purchasing Manager (except as otherwise provided by the Purchasing Regulations), shall, without notice to any sureties, have the authority to order changes in this Contract which affect the cost or time of performance. Such changes shall be ordered in writing specifically designated to be a "Change Order." Such orders shall be limited to reasonable changes in the services to be performed or the time of performance; provided that the Consultant shall not be excused from performance under the changed Contract by failure to agree to such changes, and it is the express purpose of this provision to permit unilateral changes in the Contract subject to the conditions and limitations herein. The Consultant need not perform any work described in any change order unless it has received a certification from the County that there are funds budgeted and appropriated sufficient to cover the cost of such changes. The Consultant shall make a demand for payment for completed changed work within 30 calendar days of receipt of a change order, unless such time period is extended in writing, or unless the Purchasing Manager requires submission of a cost proposal prior to the initiation of any changed work or supplies. Later notification shall not bar the honoring of such claim or demand unless the County is prejudiced by such delay. No claim for changes ordered hereunder shall be considered if made after final payment in accordance with the Contract. II.3 Equal Employment Opportunity The County assures compliance with Title VI of the Civil Rights Act of 1964, as amended. The consultant and all subconsultants selected for this project will be required to submit a Title VI Evaluation Report (EEO-D2) within ten work days of notification of selection when requested by VDOT. This requirement applies to all consulting firms when the contract amount equals or exceeds $10,000. The County does not discriminate against an offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. Nondiscrimination Provision Federally Funded Projects Construction contractors and consultants agree to abide by the provisions of Title VI and Title VII of the Civil Rights Act of 1964 (42 USC 2000e). Title VI of the Civil Rights Act of 1964 declares it to be the policy of the United States that discrimination on the grounds of race, color, or national origin shall not occur in connection with programs and activities receiving federal financial assistance, and authorizes and directs the appropriate federal departments, agencies, and subrecipients to take action to carry out this policy. Title VII of the Civil Rights Act prohibits discrimination against any employee or applicant for employment on the basis of race, religion, color, sex, or national origin for employers with 15 or more employees. The contractor/consultant further agrees to abide by Executive Order No entitled, "Equal Employment Opportunity," as amended by Executive Order No , and as supplemented in the Department of Labor Page 7 of 15

10 Contract No NA4 Regulations (41 C.F.R. Part 60), which prohibits discrimination on the basis of age, and Form FHWA-1273 required contract provisions for federal-aid construction projects. 49 C.F.R. Parts 21, 23, 26, and 27, and 23 C.F.R.. Parts 200, 230, and 633 are incorporated by reference in all contracts and subcontracts funded in whole or in part with federal funds. The Consultant shall comply with the Americans with Disabilities Act (ADA), and with the Virginians with Disabilities Act, Sections through of the Code of Virginia, as amended, the terms of which are incorporated herein by reference. II.4 Drug-free Workplace During the performance of this Contract, the Consultant agrees to (i) provide a drug-free workplace for the Consultant '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 Consultant '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 Consultant that the Consultant maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every Subcontract or purchase order over $10,000.00, so that the provisions will be binding upon each Subconsultant or Consultant. For the purpose of this section, "drug-free workplace" means a site for the performance of work done in connection with a specific Contract awarded to a Consultant in accordance with this chapter, 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 this Contract. II.5 Claims/Disputes In accordance with Section , VA Code Ann., this provision shall be followed for consideration and handling of all claims by the Consultant under this contract. Section , VA Code Ann., is not applicable to this Contract, and under no circumstances is this paragraph to be construed as an administrative appeals procedure governed by Section , VA Code Ann. Notice of the intent to submit a claim setting forth the basis for any claim shall be submitted in writing within ten (10) days after the occurrence of the event giving rise to the claim, or within ten (10) days of discovering the condition giving rise to the claim, whichever is later. In no event, shall any claim arising out of this Contract be filed after the submission of the request for Final Payment by the Consultant. Claims by the Consultant with respect to this Contract shall be submitted in writing in the first instance for consideration by the Contract Administrator. The decision of the Contract Administrator shall be rendered in writing within forty-five (45) days from the receipt of the claim from the Consultant. If the Consultant is not satisfied with the decision or resolution of the Contract Administrator, the Consultant may file a formal dispute with regards to the claim with the Prince William County Director of Finance, which claim shall be received within thirty (30) days of the date of decision of the Contract Administrator. The Director of Finance shall reduce his or her decision to writing and shall mail or otherwise furnish a copy of this decision to the Consultant within forty-five (45) days of the receipt of the claim from the Consultant. The decision of the Director of Finance shall be final on behalf of Prince William County unless the Consultant submits the claim to the County Executive within thirty (30) days of the Director of Finance's decision. The Consultant may submit the claim to the County Executive by mailing or otherwise furnishing the Purchasing Manager a copy of the claim and a request for the County Executive's determination. The County Executive's decision on the claim shall be rendered in writing to the Consultant within forty-five (45) days of the Purchasing Manager's receipt of the request from the Consultant, and shall be final and binding on behalf of Prince William County, unless the Consultant submits the claim for determination by the Board of County Supervisors by Page 8 of 15

11 Contract No NA4 mailing or otherwise furnishing the Purchasing Manager a copy of the claim, along with a request for determination by the Board within thirty (30) days of the County Executive's decision. The Board shall consider the claim and render a decision within forty-five (45) days of the date on which the Board hears the claim in open meeting. The Board's procedure in considering claims under this Contract shall be the same as that for other decisions of the Board on claims made under Section et seq., VA Code Ann. The decision of the Board shall be final. Should any decision-maker designated under this procedure fail to make a decision within the time period specified, then the claim is deemed to have been denied by the decision-maker. Pending a final determination of a claim, the Consultant shall proceed diligently with the performance of the Work under the Contract. In accordance with the provisions of Section , VA Code Ann., full compliance with this procedure set forth in the provision shall be a precondition to the filing of any lawsuit by the Consultant against the Board of County Supervisors of Prince William County arising out of this Contract. II.6 Termination for Convenience of the County The parties agree that the County may terminate this Contract, or any work or delivery required hereunder, from time to time either in whole or in part, whenever the County Executive of Prince William County shall determine that such termination is in the best interests of the County. Termination, in whole or in part, shall be effected by delivery of a Notice of Termination signed by the County Executive or his designee, mailed or delivered to the Consultant, and specifically setting forth the effective date of termination. Upon receipt of such Notice, the Consultant shall: 1. Cease any further deliveries or work due under this Contract, on the date, and to the extent, which may be specified in the Notice; 2. Place no further orders with any subconsultants except as may be necessary to perform that portion of this Contract not subject to the Notice; 3. Terminate all subcontracts except those made with respect to Contract performance not subject to the Notice; 4. Settle all outstanding liabilities and claims which may arise out of such termination, with the ratification of the Purchasing Manager of Prince William County; and 5. Use its best efforts to mitigate any damages which may be sustained by it as a consequence of termination under this clause. After complying with the foregoing provisions, the Consultant shall submit a termination claim, in no event later than six (6) months after the effective date of its termination, unless an extension is granted by the Purchasing Manager. The Purchasing Manager, with the approval of the County's signatory to this Contract, shall pay from the using department's budget reasonable costs of termination, including a reasonable amount for profit on supplies or services delivered or completed. In no event shall this amount be greater than the original Contract price, reduced by any payments made prior to Notice of Termination and further reduced by the price of the supplies not delivered, or the services not provided. This Contract shall be amended accordingly, and the Consultant shall be paid the agreed amount. Page 9 of 15

12 Contract No NA4 In the event that the parties cannot agree on the whole amount to be paid to the Consultant by reason of termination under this clause, the Purchasing Manager shall pay to the Consultant the amounts determined as follows, without duplicating any amounts which may have already been paid under the preceding paragraph of this clause: 1. With respect to all Contract performance prior to the effective date of Notice of Termination, the total of: a. Cost of work performed or supplies delivered; b. The cost of settling and paying any reasonable claims as provided in subparagraph (4), above; c. A sum as profit on (a) determined by the Purchasing Manager to be fair and reasonable. 2. The total sum to be paid under (a) above shall not exceed the Contract price, as reduced by the amount of payments otherwise made, and as further reduced by the Contract price of work or supplies not provided. In the event that the Consultant is not satisfied with any payments which the Purchasing Manager shall determine to be due under this clause, the Consultant may appeal any claim to the Board of County Supervisors in accordance with the "Claims/Disputes" clause of this Contract. The Consultant shall include similar provisions in any subcontract, and shall specifically include a requirement that subconsultants make all reasonable efforts to mitigate damages which may be suffered. Failure to include such provisions shall bar the Consultant from any recovery from the County whatsoever of loss or damage sustained by a subconsultant as a consequence of termination for convenience. II.7 Termination for Default Either party may terminate this Contract, without further obligation, for the default of the other party or its agents or employees with respect to any agreement or provision contained herein. II.8 Termination for Non-Appropriation of Funds If funds are not appropriated for any succeeding fiscal year subsequent to the one in which this Contract is entered into, for the purposes of this Contract, then the County may terminate this Contract upon thirty (30) days prior written notice to the Consultant. Should termination be accomplished in accordance with this Section, the County shall be liable only for payments due through the date of termination. II.9 Payments to Consultant/Subconsultants In the event that the Consultant utilizes a subconsultant for any portion of the work under this Contract, the Consultant hereby agrees to: 1. The Consultant shall take one (1) of the two (2) following actions within seven (7) days after receipt of amounts paid to the Consultant by the County for work performed by a subconsultant under the Contract. a. Pay a subconsultant for the proportionate share of the total payment received from the County attributable to the work performed by that subconsultant under the Contract; or b. Notify the agency and any subconsultants, in writing, of its intention to withhold all or a part of the subconsultant's payment with the reason for nonpayment. Page 10 of 15

13 Contract No NA4 2. The Consultant shall be obligated to pay interest to a subconsultant on all monies owed by the Consultant that remain unpaid after seven (7) days following receipt by the Consultant of payment from the County for work performed by a subconsultant under the Contract, except for amounts withheld under Subsection 1 b. of this section. The Consultant 's obligation to pay an interest charge to a subconsultant pursuant to the provisions of this section may not be construed to be an obligation by the County. A contract modification may not be made for the purpose of providing reimbursement for any such interest charge. A cost reimbursement claim may not include any amount for reimbursement for such interest charge. 3. Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of one percent (1%) per month. 4. The Consultant is hereby required to include in each of its subcontracts a provision requiring each subconsultant to otherwise be subject to the same payment and interest requirements set forth in subsection 2. and 3. of this section with respect to each lower-tier subconsultant. II.10 Examination of Records The Consultant agrees that the County, or any duly authorized representative, shall, until the expiration of five (5) years after final payment hereunder, have access to and the right to examine and copy any directly pertinent books, documents, papers and records of the Consultant involving transactions related to this Contract. The Consultant further agrees to include in any subcontract for more than $10,000 entered into as a result of this Contract, a provision to the effect that the subconsultant agrees that the County or any duly authorized representative shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and copy any directly pertinent books, documents, papers and records of such Consultant involved in transactions related to such subcontract, or this Contract. The term "subcontract" as used herein shall exclude subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. The period of access provided herein for records, books, documents and papers which may relate to any arbitration, litigation, or the settlement of claims arising out of the performance of this Contract or any subcontract shall continue until any appeals, arbitration, litigation or claims shall have been finally disposed of. II.11 Ethics in Public Contracting The Consultant hereby certifies that it has familiarized itself with Article 6 of Title 2.2 of the Virginia Public Procurement Act, Sections through , VA Code Ann., and that all amounts received by it, pursuant to this Procurement, are proper and in accordance therewith. II.12 Governing Law and Choice of Forum This Contract and any disputes hereunder shall be governed by the Constitution and laws of the Commonwealth of Virginia. It is further agreed that all disputes and matters whatsoever arising under, in connection with or incident to this Contract, shall be litigated, if at all, in and before a state Court located in Prince William County in the Commonwealth of Virginia, or a federal Court located in the Eastern District of Virginia, Alexandria Division, and any appropriate appellate Court thereof, to the exclusion of the courts of any other state, territory, country, or other jurisdiction. II.13 Immigration Reform and Control Act of 1986 The Consultant certifies that it does not and will not during the performance of this Contract violate the provisions of the Federal Immigration Reform and Control Act of 1986 which prohibits employment of illegal aliens. The Consultant agrees Page 11 of 15

14

15 Contract No NA4 ATTACHMENT A SCOPE OF WORK The Consultant s services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the work. The Consultant shall ensure all contract documents developed for these projects are in compliance with all requirements of any federal, state, or County ordinance, regulation, code, requirement, or law which is applicable to the work, whether the project is funded with County/State/Federal funds. If the County observes that any of the Contract documents are not in compliance, it shall promptly notify the Consultant in writing, and any necessary changes shall be accomplished as provided in the Contract documents; provided, however, that nothing in this subparagraph shall relieve the Consultant of the duty imposed hereby in the event that the County fails to notify the Consultant of any such variance, whether such variance was known to the County or not. All Consultant personnel shall be knowledgeable of the Prince William County Construction Road Program, VDOT s Locally Administered Projects Manual, VDOT s Road and Bridge Specifications, VDOT s Standards, VDOT s Minimum Quality Assurance and Quality Control, and the Virginia Work Area Protection Manual. The employee shall provide their own transportation to, from, and on the project site to perform the services outlined herein. Work may require occasional travel to the project sites. Any employee in the field during construction shall wear personal safety equipment in accordance with federal, state, and County standards, regulations, laws, and requirements. Work may include, but is not limited to, full engineering design services for the preparation of complete construction plans and necessary design documents for roadways, bridges, public park and ride, pedestrian and bicycle facilities, traffic signal system, and other transportation-related public improvement projects. Work will include preparation of full plans, plats, documents, and permits for approval by VDOT, County, and all required agencies with jurisdiction over the project. Tasks will include completing the necessary survey, roadway alignments and alternatives, plans and profiles, drainage design, hydraulics, traffic and safety analysis, geotechnical investigation and report preparation, environmental impact assessments services and permit preparation, right-of-way acquisitions assistance to County, design/coordination of utility adjustments, and preparing all necessary bid documents, cost estimates, and all other supporting-documents necessary for plans approval by VDOT, the County and other necessary agencies. Projects may include improving, extending, widening, realigning, intersection improvements and signalization, and construction of existing roadways and/or any newly proposed transportation facilities such as commuter lots and pedestrian/bike trail facilities. The Consultant shall manage all disciplines of the design services. The Consultant shall consult with the County and research applicable design criteria, requirements, specifications, codes, attend project meetings, communicate with members of the project team, and issue weekly progress reports. The Consultant shall coordinate the services being provided by the subconsultants and with those services provided by the County and/or the County s other consultants. When project requirements have been sufficiently identified, the Consultant shall prepare, and periodically update, a monthly project schedule that shall identify milestone dates for decisions required of the County, design services furnished by the Consultant, completion of documentation provided by the Consultant, commencement of construction, and substantial completion of the work. The Consultant shall become informed and knowledgeable with regards to the specifics of each project and the County s proposed budget for each project. When the project requirements have been sufficiently identified, the Consultant shall prepare a preliminary estimate of the construction cost of the work, including right-of-way and utility cost. This estimate shall be prepared by an independent estimator experienced in the type of work. As the design process progresses, the Consultant shall continually, as required, update the total project cost estimate for each design and approval phase and through the end of the preparation of the construction documents. The Consultant shall advise the County of any adjustments to previous estimates of the cost of the work indicated by changes in project requirements or general market conditions. If at any time the Consultant s estimate of the total cost of the work exceeds the County s Page 13 of 15

16 Contract No NA4 budget, the Consultant shall make appropriate recommendations to the County to adjust the project s size, quality, or budget. The updated estimates of the total cost of the work prepared by the Consultant represent the Consultant s judgment as a design professional familiar with the construction industry. In preparing estimates of the total cost of the work, the Consultant shall include contingencies for design, construction management/inspection, bidding, and price escalation. Equipment, component systems, and types of construction shall be included in the Contract Documents. The Consultant shall make reasonable adjustments in the scope of the project and to include in the Contract Documents alternate bids as may be necessary to adjust the estimated cost of the work to meet the County s overall planned budget. The Consultant shall make a presentation to explain the design of the project to representatives of the County or stakeholders. Page 14 of 15

17 Contract No NA4 ATTACHMENT B - PAYMENT SCHEDULE See following pages. Page 15 of 15

18 Effective Date: January 26, 2016 Year 1 Position ATCS, PLC Negotiated 1.50% Total Overhead Facilities Fee Fixed Overtime Average hourly rates Direct Escalation Direct Rate Cost Cap Base (Profit) Billable Billable Classification 1 Hourly Rate Factor Labor Rate 10.00% Rate Rate % 156% O/H 3 Home Home 1 Senior Project Manager 1 $ $ % $ $ $0.00 $ $ $ $ Project Manager 1 $ $ % $ $ $0.00 $ $ $ $ Engineer Manager $ $ % $ $ $0.00 $ $ $ $ Senior Engineer $ $ % $ $ $0.00 $ $ $ $ Sr Project Engineer 1 $ $ % $ $93.50 $0.00 $ $ $ $ Project Eng 1 $ $ % $ $63.63 $0.00 $ $ 7.90 $ $ Draftsman/CADD 1 $ $ % $ $45.24 $0.00 $ $ 5.62 $ $ Senior Specialist $ $ % $ $ $0.00 $ $ $ $ Specialist 2 $ $ % $ $ $0.00 $ $ $ $ Civil Engineer 1 $ $ % $ $59.37 $0.00 $ $ 7.37 $ $ Senior Survey Manager 1 $ $ % $ $ $0.00 $ $ $ $ Survey Manager 1 $ % $ $89.93 $0.00 $ $ $ $ Survey 1-man Crew $ $ % $ $65.18 $0.00 $ $ 8.10 $ $ Survey 2-man Crew 1 $ $ % $ $ $0.00 $ $ $ $ Senior Survey Computer 1 $ % $ $79.74 $0.00 $ $ 9.90 $ $ Survey Computer 1 $ % $ $69.59 $0.00 $ $ 8.64 $ $ Financial Analyst $ $ % $ $94.76 $0.00 $ $ $ $ Billing Specialist $ $ % $ $52.59 $0.00 $ $ 6.53 $ $ Clerical 1 $ $ % $ $40.60 $0.00 $ $ 5.04 $ $ % Page 1 of 6

19 Effective Date: January 26, 2016 ATCS, PLC Year 2 Negotiated 3.00% Total Overhead Facilities Fee Fixed Overtime Direct Escalation Direct Rate Cost Cap Base (Profit) Billable Billable Category Hourly Rate Factor Labor Rate 10.00% Rate Rate % 0.00% 156% O/H 3 Home Home 1 Senior Project Manager 1 $ % $ $ $0.00 $ $ $ $ Project Manager 1 $ % $ $ $0.00 $ $ $ $ Engineer Manager $ % $ $ $0.00 $ $ $ $ Senior Engineer $ % $ $ $0.00 $ $ $ $ Sr Project Engineer 1 $ % $ $96.30 $0.00 $ $ $ $ Project Eng 1 $ % $ $65.53 $0.00 $ $ 8.14 $ $ Draftsman/CADD 1 $ % $ $46.59 $0.00 $ $ 5.79 $ $ Senior Specialist $ % $ $ $0.00 $ $ $ $ Specialist 2 $ % $ $ $0.00 $ $ $ $ Civil Engineer 1 $ % $ $61.15 $0.00 $ $ 7.60 $ $ Senior Survey Manager 1 $ % $ $ $0.00 $ $ $ $ Survey Manager 1 $ % $ $92.63 $0.00 $ $ $ $ Survey 1-man Crew $ % $ $67.14 $0.00 $ $ 8.34 $ $ Survey 2-man Crew 1 $ % $ $ $0.00 $ $ $ $ Senior Survey Computer 1 $ % $ $82.13 $0.00 $ $ $ $ Survey Computer 1 $ % $ $71.68 $0.00 $ $ 8.90 $ $ Financial Analyst $ % $ $97.61 $0.00 $ $ $ $ Billing Specialist $ % $ $54.17 $0.00 $ $ 6.73 $ $ Clerical 1 $ % $ $41.82 $0.00 $ $ 5.19 $ $ % Page 2 of 6

20 Effective Date: January 26, 2016 ATCS, PLC Year 3 Negotiated 3.00% Total Overhead Facilities Fee Fixed Overtime Direct Escalation Direct Rate Cost Cap Base (Profit) Billable Billable Category Hourly Rate Factor Labor Rate 10.00% Rate Rate % 0.00% 156% O/H 3 Home Home 1 Senior Project Manager 1 $ % $ $ $0.00 $ $ $ $ Project Manager 1 $ % $ $ $0.00 $ $ $ $ Engineer Manager $ % $ $ $0.00 $ $ $ $ Senior Engineer $ % $ $ $0.00 $ $ $ $ Sr Project Engineer 1 $ % $ $99.19 $0.00 $ $ $ $ Project Eng 1 $ % $ $67.50 $0.00 $ $ 8.38 $ $ Draftsman/CADD 1 $ % $ $47.99 $0.00 $ $ 5.96 $ $ Senior Specialist $ % $ $ $0.00 $ $ $ $ Specialist 2 $ % $ $ $0.00 $ $ $ $ Civil Engineer 1 $ % $ $62.98 $0.00 $ $ 7.82 $ $ Senior Survey Manager 1 $ % $ $ $0.00 $ $ $ $ Survey Manager 1 $ % $ $95.41 $0.00 $ $ $ $ Survey 1-man Crew $ % $ $69.15 $0.00 $ $ 8.59 $ $ Survey 2-man Crew 1 $ % $ $ $0.00 $ $ $ $ Senior Survey Computer 1 $ % $ $84.59 $0.00 $ $ $ $ Survey Computer 1 $ % $ $73.83 $0.00 $ $ 9.17 $ $ Financial Analyst $ % $ $ $0.00 $ $ $ $ Billing Specialist $ % $ $55.79 $0.00 $ $ 6.93 $ $ Clerical 1 $ % $ $43.08 $0.00 $ $ 5.35 $ $ % Page 3 of 6

21 Effective Date: January 26, 2016 ATCS, PLC Year 4 Negotiated 3.00% Total Overhead Facilities Fee Fixed Overtime Direct Escalation Direct Rate Cost Cap Base (Profit) Billable Billable Category Hourly Rate Factor Labor Rate 10.00% Rate Rate % 0.00% 1 156% O/H 3 Home Home 1 Senior Project Manager 1 $ % $ $ $0.00 $ $ $ $ Project Manager 1 $ % $ $ $0.00 $ $ $ $ Engineer Manager $ % $ $ $0.00 $ $ $ $ Senior Engineer $ % $ $ $0.00 $ $ $ $ Sr Project Engineer 1 $ % $ $ $0.00 $ $ $ $ Project Eng 1 $ % $ $69.53 $0.00 $ $ 8.64 $ $ Draftsman/CADD 1 $ % $ $49.43 $0.00 $ $ 6.14 $ $ Senior Specialist $ % $ $ $0.00 $ $ $ $ Specialist 2 $ % $ $ $0.00 $ $ $ $ Civil Engineer 1 $ % $ $64.87 $0.00 $ $ 8.06 $ $ Senior Survey Manager 1 $ % $ $ $0.00 $ $ $ $ Survey Manager 1 $ % $ $98.27 $0.00 $ $ $ $ Survey 1-man Crew $ % $ $71.23 $0.00 $ $ 8.85 $ $ Survey 2-man Crew 1 $ % $ $ $0.00 $ $ $ $ Senior Survey Computer 1 $ % $ $87.13 $0.00 $ $ $ $ Survey Computer 1 $ % $ $76.04 $0.00 $ $ 9.45 $ $ Financial Analyst $ % $ $ $0.00 $ $ $ $ Billing Specialist $ % $ $57.47 $0.00 $ $ 7.14 $ $ Clerical 1 $ % $ $44.37 $0.00 $ $ 5.51 $ $ % Page 4 of 6

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

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

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

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

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

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

Contract No NA2 TABLE OF CONTENTS

Contract No NA2 TABLE OF CONTENTS TABLE OF CONTENTS PAGE SECTION I... 1 SPECIAL PROVISIONS... 1 I.1 Definitions... 1 I.2 Contract Period... 1 I.3 Incorporation of Documents... 1 I.4 Provision of Services... 2 I.5 Contract Amount... 2 I.6

More information

PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia FAX

PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia FAX PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia 20110 703-792-6420 703-792-6718 FAX CONTRACT: 12104NA5 SUBJECT: Pharmaceutical for the Prince William-Manassas

More information

Maintenance and Licensing for McAfee Web Gateway. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRrNCE WILLIAM, VA

Maintenance and Licensing for McAfee Web Gateway. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRrNCE WILLIAM, VA COUNTY OF PRINCE WILLIAM I County Complex Court, (MC 460) Prince William, Virginia 22192-920 I (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: SUBJECT:

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: 12145BA4

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: 9095BA2

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: 12034SA5

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

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

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

CITY OF MANASSAS STANDARD CONTRACT FOR GOODS, SERVICES, CONSTRUCTION AND INSURANCE RESULTING FROM AN RFP

CITY OF MANASSAS STANDARD CONTRACT FOR GOODS, SERVICES, CONSTRUCTION AND INSURANCE RESULTING FROM AN RFP CITY OF MANASSAS, VIRGINIA FINANCE DEPARTMENT PURCHASING DIVISION 8500 Public Works Drive, Manassas, VA 20110 Telephone: (703) 257-8368 Facsimile: (703) 257-5813 Website: www.manassascity.org CITY OF MANASSAS

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

An Equal Opportunity Employer

An Equal Opportunity Employer CONTRACT: 7083BA4 SUBJECT: Furniture, Installation of Systems Furniture Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA 22192-9201 703-792-6770 METRO 631-1703 EXT 6770

More information

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

Appendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services

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

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

Radio Frequency (RF) Engineering Services Related to the 800 MHz Radio Refresh Project

Radio Frequency (RF) Engineering Services Related to the 800 MHz Radio Refresh Project 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: 11022NA3

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

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

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

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

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

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

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement. b. State shall reimburse Agency one hundred (100) percent of eligible, actual costs incurred in carrying out the Project, up to the maximum amount of state funds committed for the Project. 3. Agency is

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

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

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

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

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

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

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

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day

More information

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement The Council for the Construction Law Section of the Washington State Bar Association prepared this Model Residential

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

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter Contractor) ) ) ) ) ) and ) CONTRACT AGREEMENT between Tow Company Contract No.: 06-FSP-01 Street Address City, State ZIP Code (hereinafter "Contractor" and Sacramento Transportation Authority Term: Dec. 1, 2006 Nov. 30, 2009 901

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES FOR By and Between WILLIAM S. HART UNION HIGH SCHOOL DISTRICT And Dated as of TABLE OF CONTENTS Page RECITALS... 1 PART 1 PROVISION OF CM SERVICES... 1 Section

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

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

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE This is a contract, entered into on, in Eureka, California, between the HUMBOLDT COUNTY ASSOCIATION OF GOVERNMENTS, hereinafter called HCAOG, and,

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

IA B031A SUBJECT: SECURITY PATROL AIRPORT. Between: CITY OF MANASSAS. Services, FINANCE PURCHASING DIVISION

IA B031A SUBJECT: SECURITY PATROL AIRPORT. Between: CITY OF MANASSAS. Services, FINANCE PURCHASING DIVISION CITY OF MANASSAS, VIRGINI IA 8500 Public Works Drive, Manassas, VA 20110 Telephone: (703) 257-83688 Facsimile: (703) 257-5813 Website: www.manassascity.org FINANCE DEPARTMENT PURCHASING DIVISION CITY OF

More information

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER A. INTRODUCTION FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER The Franklin Borough is seeking proposals from licensed Professional Engineers for the position of Borough Engineer for calendar

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

BROKER AND BROKER S AGENT COMMISSION AGREEMENT

BROKER AND BROKER S AGENT COMMISSION AGREEMENT BROKER AND BROKER S AGENT COMMISSION AGREEMENT Universal Care BROKER AND BROKER S AGENT COMMISSION AGREEMENT This BROKER AND BROKER S AGENT COMMISSION AGREEMENT (this "Agreement") is made and entered

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

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS PROFESSIONAL SERVICES CONTRACT (Architects, Engineers, Land Surveyors, Landscape Architects) BETWEEN THE CITY OF GIG HARBOR AND [insert Consultant Name] THIS AGREEMENT is made by and between the City of

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

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

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

ANNEX A Standard Special Conditions For The Salvation Army

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

More information

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

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

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 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

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

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

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

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

CONSULTANT SERVICES AGREEMENT

CONSULTANT SERVICES AGREEMENT CONSULTANT SERVICES AGREEMENT THIS AGREEMENT ( Agreement ) is made and entered into this 20 th day of December, 2012, by and between the City of Rio Vista, a municipal corporation of the State of California

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

Article 6 Modification and Termination of Contracts for Supplies and Services

Article 6 Modification and Termination of Contracts for Supplies and Services Article 6 Modification and Termination of Contracts for Supplies and Services 16601. Contract Clauses and their Administration 16601. Contract Clauses and their Administration. (a) Introduction. The following

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

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month and

More information

WV Birth to Three Central Finance Office Payee Agreement

WV Birth to Three Central Finance Office Payee Agreement WV Birth to Three Central Finance Office Payee Agreement This Central Finance Office Payee Agreement is entered into by and between WV Birth to Three, and, hereinafter referred to as the Payee. GENERAL

More information

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS

CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS CONSULTING AGREEMENT STANDARD TERMS AND CONDITIONS The following Standard Terms and Conditions, together with the attached scope of services constitute the terms of the Agreement between ("Consultant")

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

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

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

SUBCONTRACTOR TERMS AND CONDITIONS

SUBCONTRACTOR TERMS AND CONDITIONS SUBCONTRACTOR TERMS AND CONDITIONS ARTICLE 1.0 GENERAL OBLIGATIONS The Prime Contract, including all general conditions; appendices; special and supplemental conditions or provisions; drawings or plans;

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

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY RESOLUTION APPROVING AGREEMENT WITH HDR FOR ENGINEERING SERVICES RELATED TO THE SOUTHERN SARPY COUNTY WASTEWATER TREATMENT STUDY PHASE 2B WHEREAS, Sarpy

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

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

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

AIA Document B141 TM 1997 Part

AIA Document B141 TM 1997 Part 1 AIA Document B141 TM 1997 Part Standard Form of Agreement Between Owner and Architect with Standard Form of Architect's Services TABLE OF ARTICLES 1.1 INITIAL INFORMATION 1.2 RESPONSIBILITIES OF THE

More information

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR

APPENDIX D PAGE 1 of 9. A. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325; 18 CFR (i); 49 CFR PAGE 1 of 9 Federal Transit Administration (FTA) Required Clauses for Operations Contracts under the 2011 Section 5310 Purchase of Service Contract for the Southeast NH RCC through COAST A. ACCESS TO RECORDS

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

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

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN Request for Proposal Municipal Facility Space Needs Assessment City of Burnsville, MN The City of Burnsville is seeking proposals from qualified architectural/engineering firms to perform a Municipal Facilities

More information

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN 1. CONTRACT: This contract is entered into by and between Spokane Regional Clean Air Agency (SRCAA) and (CONTRACTOR) to provide certain services to SRCAA.

More information

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No. AGREEMENT REGARDING On-Call CONSULTANT SERVICES Agreement No. THIS AGREEMENT, made this day of, 20, by and between SOUTHEAST METRO STORMWATER AUTHORITY acting by and through SEMSWA WATER ACTIVITY ENTERPRISE

More information

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS

NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS NEW JERSEY DIVISION OF PURCHASE AND PROPERTY WAIVERED SERVICES CONTRACTS STANDARD TERMS AND CONDITIONS By submitting a proposal in response to the Agency Request for services, the bidder certifies that

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

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

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT ( Agreement ) is entered into by and between, a corporation of the State of, whose business address is ( Contractor ) and the Town of

More information

Services Agreement for Public Safety Helicopter Support 1

Services Agreement for Public Safety Helicopter Support 1 SERVICES AGREEMENT FOR PUBLIC SAFETY HELICOPTER SUPPORT BETWEEN THE CITY OF HUNTINGTON BEACH AND THE CITY OF NEWPORT BEACH This ("Agreement") is made by and between the City of Huntington Beach, a California

More information

SERVICE AGREEMENT

SERVICE AGREEMENT SERVICE PROVIDER TRUSTEES SERVICE AGREEMENT 02-09-18 For use on any CSU project. This AGREEMENT is made and entered into this [Day] day of [Month], [Year] pursuant to the Public Contract Code 10700, et

More information

NAPA SANITATION DISTRICT Napa, California

NAPA SANITATION DISTRICT Napa, California NAPA SANITATION DISTRICT Napa, California REQUEST FOR QUALIFICATIONS MST RECYCLED WATER PIPELINE EXTENSION PROJECT (CIP 14726) Issued on November 11, 2015 STATEMENTS DUE: December 8, 2015 AT 2:00 PM In

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

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

ENGINEERING SERVICES CONTRACT

ENGINEERING SERVICES CONTRACT STATE OF TEXAS COUNTY OF DALLAS Resolution No. - ENGINEERING SERVICES CONTRACT THIS CONTRACT, by and between the CITY OF DALLAS, a municipal corporation, located in Dallas County, Texas, hereinafter called

More information

Request for Proposal for Professional Services

Request for Proposal for Professional Services Request for Proposal for Professional Services Purpose: The following procedures are designed to provide for a fair and open process in awarding professional services based on qualifications, merit and

More information