FCEDA Printing Services RFP SPECIAL PROVISIONS

Size: px
Start display at page:

Download "FCEDA Printing Services RFP SPECIAL PROVISIONS"

Transcription

1 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 the printing of eight (8) primary publication jobs. Vendor also must provide mailing list maintenance and mailing distribution services, as this is required on three* of the publications. The eight (8) publications are: (1) Area Profiles (2) Business Ventures Newsletter (*mailing required) (3) Doing Business in Fairfax County Handbook (4) Fairfax County Profile Booklet (5) Fairfax Leader Newsletter (*mailing required) (6) Real Estate Report (*mailing required) (7) FCEDA Mailing Labels (8) FCEDA Notepads The above-described publication jobs shall be performed in accordance with the Technical Specifications for each publication, attached hereto as Exhibit A, as well as with the Terms and General Conditions, Special Provisions and the Pricing Schedule contained in the Request for Proposal. Offerors shall respond to this Request for Proposal by submitting proposals in accordance with the instructions contained herein. 1.2 Samples of FCEDA Publications Samples of FCEDA publications covered by this Request for Proposal are available upon request. 2. CONTRACT DOCUMENTS 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 c. Special Provisions & Specifications d. Exhibit A: Technical Specifications e. Exhibit B: Technical Proposal f. Exhibit C: Pricing Schedule g. Memo of Negotiation/Formal Contract 3. PERIOD OF CONTRACT The period of this contract shall be from January 1, 2014, or date of award, whichever is later, through December 31, This contract may be renewed at the expiration of its term by mutual agreement of the parties. Such renewal may be for two (2) one (1) year periods or less, if agreeable to all parties.

2 3.2 Notice of intent to renew will be given to the Contractor in writing by the FCEDA President, normally 60 days before the expiration date of the current contract. This notice shall not be deemed to commit the FCEDA to a contract renewal. 3.3 It should be noted that multiyear contracts may be continued each fiscal year only after funding appropriations and program approval 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. 4. GENERAL SPECIFICATIONS FOR PUBLICATION JOBS 4.1 This Request for Proposal covers the printing of eight (8) primary publication jobs for the FCEDA. Detailed specification sheets, attached hereto as Exhibit A, set forth the specifications for each of the following publication jobs: Area Profiles Business Ventures Newsletter Doing Business in Fairfax County Handbook Fairfax County Profile Fairfax Leader Newsletter Real Estate Report FCEDA Mailing Labels FCEDA Notepads 4.2 Job Schedule: Prior to the start of each publication job, the FCEDA shall present a schedule to be followed by the Contractor. 4.3 Proofs: Unless otherwise specified in a job s technical specification sheet, the Contractor shall provide a soft proof and/or digital proof for all publication jobs. 4.4 Color Proofs: Contractor shall provide laminate color proofs for each job listed in Section 4.1, if requested. 4.5 Printing: Contractor shall print according to exact specifications including stocks and inks. If requested stock or other specifications cannot be met, contractor shall provide the closest substitute, subject to prior FCEDA approval. 4.6 FSC Certification: Contractor shall be certified by the Forest Stewardship Council and shall add appropriate FSC certification logos to each applicable publication as listed in Section 4.1.

3 4.7 Delivery and Distribution: Contractor shall deliver, distribute, or mail each job listed in Section 4.1, as described in the technical specification sheets. 5. MAILING LIST MAINTENANCE AND FULFILLMENT SERVICES This Request for Proposal covers mailing list services to include: 5.1 Maintenance of a 5,000+ name mailing list: FCEDA will provide Contractor with Excel spreadsheet coded to specific publications. Contractor will provide regular maintenance of FCEDA list, including data entry of quarterly updates to list, provided by FCEDA not later than 14 business days prior to a scheduled mailing. Vendor will revise list accordingly and run NCOA as required by US Postal Service. Vendor will hold master list and will return a copy of updated list to FCEDA each quarter. 5.2 Fulfillment services: Contractor will provide the following services for publications, if requested in the technical specification sheets: Data processing setup and related services; Mailing services: o Hand fold and tab o Inkjet addresses on mail panel using specified codes o Prepares publication for presorted standard bulk mailing on FCEDA indicia o Delivery to Merrifield Post Office; o Overs maintenance: Ship overs to FCEDA via commercial shipping. 5.3 Miscellaneous services: Notification of changes in postal regulations that may affect direct mail fulfillment.

4 6. TIME OF PERFORMANCE Time of delivery or mailing of printed material is of the essence and shall be factor in making the award herein. DELIVERY SHALL BE NO LATER THAN THE TIME SPECIFIED IN THE TECHNICAL SPECIFICATIONS. 7. OVER/UNDER RUNS Contractor is expected to deliver the exact quantities specified. The maximum overrun accepted will be 10 percent (10%) over the quantity ordered. No under runs will be accepted. 8. DELIVERY OF PROOFS AND PUBLICATIONS The Contractor shall deliver proofs and final printed publications to: Fairfax County Economic Development Authority, 8300 Boone Boulevard, Suite 450, Tysons Corner, Virginia , between the hours of 8:30 a.m. and 5:00 p.m. weekdays or to the location(s) specified on the Technical Specifications attached hereto as Exhibit A. 9. FAILURE OF DELIVERY Offerors are cautioned to consider carefully the delivery time they indicate for each item as they will be required to adhere to that delivery time. Offerors are directed to Paragraph 36, General Conditions and Instructions to Bidders. 10. EMERGENCY PURCHASES The FCEDA reserves the right to make emergency purchases from other sources, should the Contractor be unable to furnish the required item with the required time frame. 11. SHIPPING AND MARKING The Contractor shall be required to furnish a packing slip with each shipment, listing in addition to the Contractor s stock number and item description, the job publication, the quantity ordered, the quantity shipped and the quantity back ordered, if any. 12. USE OF SUBCONTRACTORS The Contractor s use of a subcontractor for the production of any job publication specified in this Request for Proposal shall be subject to the prior written approval of the FCEDA President.

5 13. METHOD OF REQUESTING PRINT SERVICES The Communications Division of the FCEDA, under the supervision of the President, will order printing services from the Contractor pursuant to a written request for services. The written request shall specify the publication job required by the FCEDA, the quantity required and the delivery time. The request shall also contain the contract number and the date. 14 INSTRUCTIONS FOR PREPARATION OF TECHNICAL PROPOSAL The Offeror must complete the Technical Proposal, attached hereto as Exhibit B, and submit the Technical Proposal, together with the following information, in a binder, separate from the Business Proposal. Offeror must include four copies of each binder: a. FCEDA Cover Sheet, duly signed with the corporate seal impressed, if applicable. b. Completed Technical Proposal (Exhibit B ). c. Offeror s printing samples. 15. TECHNICAL SPECIFICATIONS FOR PUBLICATION JOBS See specification sheet for each publication job attached hereto as Exhibit A. The contractor must strictly adhere to the specifications for each job, and must not deviate from said specifications without the prior written approval of the FCEDA President. 16. OFFERER S PRINTING SAMPLES 16.1 At least three (3) samples must be furnished free of charge, clearly marked SAMPLE with the Request for Proposal number and the offeror s name and address Samples will be evaluated for quality and relevance Failure to submit the requested samples shall be just cause for eliminating the offeror from further consideration for award Samples will be returned upon request at the offeror s expense with no pecuniary liability to be incurred by the FCEDA for their loss or damage Samples will not be considered proprietary and confidential.

6 17. INSTRUCTIONS FOR PREPARATION OF BUSINESS PROPOSAL The offeror must additionally submit a Business Proposal in a binder separate from the Technical Proposal, fully supported by cost and pricing data adequate to establish the reasonableness of the proposed cost for each publication job. Offeror must include four copies of each binder. The FCEDA Pricing Schedule, attached hereto as Exhibit C, must be used in summarizing the business proposal, with adequate back-up detail to verify the proposed cost. The Pricing Schedule, together with the following information should be submitted as part of the Business Proposal: a. The cost of each publication job shall be itemized by line item (Exhibit C ). b. A discussion of the firm s ability to offer a prompt-payment discount. Include a description of the terms of the discount. c. Completed BPOL form, if applicable. Include completed form together with a copy of the firm s current Fairfax County business license if applicable. d. Copy of firm s Certificate of Authority from the Virginia State Corporation Commission to do business in the Commonwealth of Virginia, if applicable. 18. QUANTITIES The quantities specified on the FCEDA Pricing Schedule, attached hereto as Exhibit C, are estimates only, and are given for the information of offerors and for the purpose of proposal evaluation. They do not indicate the actual quantity that will be ordered, since volume will depend upon requirements, which develop during the contract period. The Contractor will be required to fill all orders placed regardless of the original quantities shown. Waiver of Paragraph 29, General Conditions and Instructions to Bidders is acknowledged. 19. QUOTATION LIMITATION Offeror s shall offer only ONE ITEM AND PRICE for each line item contained in the FCEDA Pricing Schedule. No alternatives will be accepted, unless requested by the FCEDA. If an or equal item is to be offered, the offeror must select the brand and materials (e.g. paper stock, inks, etc.) that meets or exceeds the specified item and submit his proposal for that item. A discount price offered for quantity purchase of the same manufacturer and model would not be considered a limitation; however, only the unit price requested will be considered in award. 20. PRICES AND PRICE ADJUSTMENT 20.1 All prices/discounts shall be F.O.B. Destination and shall include all charges that may be imposed in fulfilling the terms of this contract. Prices/discounts shall remain firm for the duration of the contract, unless otherwise stipulated in these Special Provisions. If the FCEDA elects to extend the contract for ensuing years, as provided herein, the unit prices shall be negotiated by the FCEDA and the Contractor;

7 20.2 If labor rates are requested, the rates specified by the offeror shall include all such direct and indirect overhead costs such as transportation, general and administrative costs, 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 days from the first day of the contract period. The contract unit price may be increased only upon approval of the Contractor s written request to the FCEDA President. 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 Exceed the percentages of change in the U.S. Department of Labor, Consumer Price Index, All Items, Unadjusted, Urban Areas (CPI-U) for the twelve month period ending in January of each contract year. 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. The contract unit price (s) changed as a result of this procedure shall become effective on the anniversary date of the contract and shall be binding on the Contractor for the ensuing renewal term or terms. If the FCEDA and the Contractor do not agree on a Price using the procedure set forth above by the thirtieth (30 th ) day prior to the end of The initial contract term or the end of the ensuing renewal term or terms, the FCEDA will terminate the contract whether or not the FCEDA has previously elected to extend the term; c. The increased contract unit price shall not apply to orders received by the Contractor prior to the effective date of the increased contract unit price; d. Such requested contract unit price increase shall become effective only upon approval by the FCEDA President; e. Within thirty (30) calendar days after receipt of a Contractor s written request, the FCEDA President 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 Price decreases shall be made in accordance with paragraph 42 of the General Conditions & Instructions to Bidders.

8 21. SUBMISSION OF PROPOSALS 21.1 Four (4) separate copies of the technical proposals, four (4) separate copies of the free samples, and four (4) separate copies of the business proposal are due at the Fairfax County Economic Development Authority, 8300 Boone Boulevard, Suite 450, Tysons Corner, Virginia , Attn: Flor Morrobel, Procurement Manager, prior to the specified time and date in the Notice of the Request for Proposal The technical proposal must be concise and clear. Unnecessarily elaborate brochures or other presentations beyond that sufficient to present a complete and effective proposal are not desired. Elaborate artwork, 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. Proposals must be submitted prior to the time and date specified The Procurement Manager reserves the right to reject any or all proposals in whole or in part. For the purposes of this RFP, Flor Morrobel shall serve as the Procurement Manager. 22. REQUIRED SUBMITTALS Each Offeror responding to this Request for Proposal must supply all the documentation required in the RFP. Failure to provide the requested documentation with the Offeror s response to the RFP will result in the disqualification of the Offeror s proposal. 23. LATE PROPOSALS Proposals received at the Fairfax County Economic Development Authority after the date and time prescribed herein shall NOT be considered for contract award and shall be returned to the offeror. 24. PERIOD THAT PROPOSALS SHALL REMAIN VALID All proposals and cost proposals shall remain firm for a period of one hundred twenty (120) calendar days after date specified for receipt of proposals.

9 25. BASIS FOR AWARD A Selection Advisory Committee, the composition of which will be designated by the FCEDA President, will review and evaluate all proposals submitted in response to the Request for Proposal. The Committee 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, samples, and the criteria set forth in paragraph 23 of the General Conditions and Instructions to Bidder. Based upon this review, the business proposals of the highest rated Offeror(s) will then be evaluated. The Committee shall then select two or more such offeror s deemed fully qualified and best-suited among those submitting proposals. Interviews shall be conducted with each of the offerors so selected. The Committee shall then select the offeror that, in its opinion, has made the best proposal and recommend contract award to such offeror. The FCEDA President, on behalf of the FCEDA, shall give final approval of the contract award. Should the FCEDA President 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. Offerors are advised that, in the event of receipt of an adequate number of proposals, which, in the opinion of the Contract 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 clarifications and/or supplementary information, offerors should be prepared to submit such additional clarification and / or supplementary information, in a timely manner, when so requested. Evaluation Criteria will be as follows: a. Firm s capability and qualifications b. Depth of response to the Technical Proposal c. Quality of samples d. Cost to the FCEDA (Business Proposal) e. Interview (where applicable) f. References (where applicable) 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.

10 26. SELECTION ADVISORY COMMITTEE When designating a Selection Advisory Committee, the FCEDA President shall appoint a committee composed of three or more principal staff personnel. Minutes of the Selection Advisory Committee deliberations and records or votes taken shall be maintained for at least three years. Minutes shall detail pertinent reasons for committee recommendations and be available for review by the general public by request. 27. CONTACT FOR ALL MATTERS PERTAINING TO THIS RFP The person to contact concerning contractual matters pertaining to this Request for Proposal is: Flor Morrobel, Procurement Manager Fairfax County Economic Development Authority 8300 Boone Boulevard, Suite 450 Tysons Corner, Virginia Telephone: fmorrobel@fceda.org 28. ORDER OF PRECEDENCE: In the event of conflict, the FCEDA Acceptance Agreement and the Special Provisions of this contract shall take precedence over the General Conditions and Instructions to bidders included herein. 29. DATA SOURCES All available data in the possession of the FCEDA that may be of relevance to this project will be made available to the Contractor; however, any costs for acquiring other data or processing, analyzing, or evaluating FCEDA data must be included in the contract fee. 30. CONFIDENTIALITY Any information, reports, or other materials given to, prepared or assembled by the Contractor under this contract shall not be sold or otherwise made available to any individual or organization without prior written approval of the FCEDA President/CEO.

11 31. INVOICES/PAYMENT a. The Contractor must maintain all records in compliance with Federal and State regulations. b. The Contractor must invoice the FCEDA based upon the costs submitted for each publication job and the quantity produced. All invoices should contain the Contractor s name and address, the contract number, and a description of the publication, the quantity ordered, the quantity produced and shipped and the quantity back ordered, if any. All invoices must be received on or before the 30 th day of each month and addressed to: Barbara Cohen Fairfax County Economic Development Authority 8300 Boone Boulevard, Suite 450 Tysons Corner, Virginia c. Payment shall be made via check from Fairfax County to the Contractor within thirty (30) days of the FCEDA s receipt of the Contractor s invoice, and after satisfactory performance of the contractual services in accordance with all of the provisions of the Special Provisions, and in accordance with a properly completed invoice. 32. PROJECT AUDITS 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 reimbursements supported by invoices, including Contractor s copies of 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 any contract amendments/change orders; h. Insurance documents; i. Payrolls; j. Time sheets

12 33. CHANGES IN REQUIREMENTS a. 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 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 must approve all work which is beyond the scope of this Request for Proposal. b. No services for which an additional cost or fee will be charge by the Contractor shall be furnished without the prior written authorization of the FCEDA President. 34. TRADE SECRETS/PROPRIETARY INFORMATION 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 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 the offeror or contractor. 35. ADDITIONS/DELETIONS The FCEDA reserves the right to add similar items/services or delete items/services specified in the subsequent contract as requirements change during the contract period. Prices for items/services to be added to the contract will be mutually agreed to by FCEDA and the Contractor. A contract amendment will be issued for each addition or deletion. 36. STATUS OF CONTRACTOR 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 printing services 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. 37. TERMINATION OF CONTRACT: a. This contract may be terminated by either party upon thirty (30) days written notice to the other. In such event, all finished or unfinished documents, data, studies, and reports prepared by the Contractor under the contract shall, at the option of the FCEDA, become its property and the Contractor shall be entitled to receive an equitable compensation for any satisfactory work completed.

13 b. Notwithstanding the above, the Contractor shall not be relieved of liability to the FCEDA by virtue of any breach of contract by the Contractor for the purpose of setoff until such time as the exact amount of damages due to the FCEDA from the Contractor is determined. 38. INSURANCE REQUIREMENTS Except as otherwise provided by law, the successful Contractor shall at all times during the continuance of all work under this agreement and 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. 39. INDEMNITY 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. 40. DISPUTE RESOLUTION 40.1 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 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.

14 40.2. Any such dispute which is not disposed of by agreement shall be decided by the FCEDA President, 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 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 circuit court for Fairfax County or the Federal District Court, Eastern Division, Alexandria, Virginia. 41. DRUG-FREE WORKPLACE REQUIREMENT 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. 42. NON-DISCRIMINATION IN EMPLOYMENT 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.

15 42.4. The Contractor will include the provisions of the foregoing paragraphs 42.1, 42.2, and 42.3 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. 43. NO BENEFIT BY OFFICIALS: 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. 44. SUCCESSOR AND ASSIGNS 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 Contractor, and their respective heirs, successors and assigns. 45. SEVERABILITY 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.

16 46. ENTIRE AGREEMENT This Agreement constitutes the entire Agreement between Contractor 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. 47. WAIVER OF MODIFICATION 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 Contractor and by the FCEDA President. 48. COUNTERPARTS 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. 49. GOVERNING LAW 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, policies, 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.

SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP

SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP 2017-01 The Fairfax County Economic Development Authority ( FCEDA ) is seeking a Contractor to manage its information technology ( IT ) system. The

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

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 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

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

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

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

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

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 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

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

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

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 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

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

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

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

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

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

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 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

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

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

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

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

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

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

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

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

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

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

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

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

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

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 TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

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

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

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

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

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

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

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS PAN OSTON PURCHASE ORDER TERMS & CONDITIONS 1. ACKNOWLEDGMENT AND ACCEPTANCE OF ORDER. This Order constitutes an offer that is expressly limited to the Terms and Conditions contained herein. The Terms

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

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

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 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

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

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

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC.

KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. KNOX COUNTY GOVERNMENT AND DURACAP ASPHALT PAVING CO., INC. This Contract made and entered into this day of, 2013 by and between Knox County Government through its governing body and authorized representative,

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

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

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

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

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

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

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

KULZER PURCHASE ORDER TERMS AND CONDITIONS

KULZER PURCHASE ORDER TERMS AND CONDITIONS 1. General KULZER PURCHASE ORDER TERMS AND CONDITIONS 1.1 This Purchase Agreement consists, in order of precedence, of the following: the Kulzer Purchase Order (also Order ) (typed portions control over

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

INTRODUCTION TERMS AND CONDITIONS

INTRODUCTION TERMS AND CONDITIONS MASTER AGREEMENT FOR PROFESSIONAL SERVICES (AIA) (Unlimited) THIS AGREEMENT FOR PROFESSIONAL SERVICES shall become effective DATE, 2016, between the City of Meridian, a municipal corporation organized

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

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

More information

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

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

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

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

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

SUU Contract for Workshops and Entertainment

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

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS REQUEST FOR BIDS BID REQUEST NO. 604712 02 SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS ISSUE DATE: FEBRUARY 1, 2019 BID OPENING DATE: FEBRUARY 11, 2019 3:00 PM LOCAL TIME ISSUED

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

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

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. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

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

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

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

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

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25 City of Henderson PO Box 716 Henderson, Kentucky 42419 September 14, 2014 REQUEST FOR PROPOSALS # 14-25 Social Media Services for the City of Henderson s Community Visionary Plan and Comprehensive Plan

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

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

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

More information

Atlantis Industries Corporation Terms and Conditions

Atlantis Industries Corporation Terms and Conditions Atlantis Industries Corporation Terms and Conditions 1. ACCEPTANCE OF PURCHASE ORDER ATLANTIS INDUSTRIES CORPORATION (BUYER) OFFERS TO PURCHASE THE MATERIALS OR SERVICES DESCRIBED HEREIN ONLY UPON THE

More information

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015 1. ORDER APPLICABILITY AND ACCEPTANCE. (A) This purchase order is an offer by Micromedics (dba Nordson MEDICAL ) for the

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

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

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

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

Washington University in St. Louis

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

More information

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

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

CONSTRUCTION CONTRACT

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

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant )

Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) Consultant Agreement Between the University of West Florida Board of Trustees, A public body corporate ( University ) and ( Consultant ) This Agreement is made as of the latest date signed below, between

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