Fund Raising Activities Contractor s Agreement Certificate of Compliance Vendor Information Form/Vendor Self-Service Registration Instructions

Similar documents
INVITATION FOR UNSEALED BID

CONTRACT MODIFICATION

Botetourt County Public Schools

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

INVITATION FOR BID. Arlington Public Schools Purchasing Department. Invitation No. 54FY13

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

INVITATION TO BID (ITB)

Invitation For Bid. Uniforms IFB U

Checklist of Items Required from Service Provider:

REQUEST FOR PROPOSAL

PHOTOGRAPHY SERVICES HANDBOOK

INVITATION TO BID Install Spray Foam Polyurethane Roof

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

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

CAMDEN COUNTY EDUCATIONAL SERVICES COMMISSION 225 White Horse Avenue Clementon, New Jersey 08021

REQUEST FOR PROPOSAL. UPS Maintenance

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Ceres Unified School District SERVICES CONTRACT

Request for Quotation

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

NATIONWIDE LIFE INSURANCE COMPANY NATIONAL CASUALTY COMPANY CLAIM FORM INSTRUCTIONS

Carrier Agreement Packet

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

IRS 20 FACTOR CHECKLIST

Mold Remediation and Clean Up of Central High School

APPLICATION FOR LICENSE SERVICE WARRANTY ASSOCIATION

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSAL FSA, HSA & COBRA ADMINISTRATION

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

Sign and date the Application For Appointment: Recruiter s signature is required. Read, sign and date the Authorization for Release of Information.

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

INVITATION TO BID (ITB)

PURCHASE ORDER TERMS & CONDITIONS

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Title: Owner Direct Purchase Page 1 of 2 Implementing Procedure For Policy # 5.12

REQUEST FOR QUOTE # 16471

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

AGREEMENT made this day of, 2017, by and between the NEW JERSEY. Street, P.O. Box 990, Trenton, New Jersey , and (the

LOBBYGUARD SOLUTIONS, LLC RESELLER AGREEMENT

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

AMATEUR SPORTS ASSOCIATION INSURANCE APPLICATION

APPLICATION FOR LICENSE HOME WARRANTY ASSOCIATION

Please fax or the completed information to Sam Frappalini: ( fax) or

St. George CCSD #258

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

New Mexico Bidder s Number

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

WRITTEN QUOTE REQUEST FORM

Subcontractor Agreement

NATIONWIDE LIFE INSURANCE COMPANY NATIONAL CASUALTY COMPANY CLAIM FORM CLAIM FILING INSTRUCTIONS NOTE TO ORGANIZATIONS AND PATIENT

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

INVITATION TO BID. PO Box N. Main Street Clovis, NM

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

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

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

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

Charlotte-Mecklenburg Schools. Request for Qualifications

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

LEWISVILLE ISD Fund Raising Vendor for School Year Registration Form

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

All Employees Separating from Prince William County Schools. Exit Interview and Procedures for Separation and Conversion of Employee Benefits

Communication and Public Information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

Network Cabling Upgrade/Renovation. Request for Proposal

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico REQUEST FOR PROPOSAL


COUNTY OF PRINCE WILLIAM

DEPARTMENT OF HEALTH CARE FINANCE

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

Request for Proposal. RFP # Recreation T-Shirts

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Sayreville Housing for Seniors Corporation Gillette Manor

LINCOLN PARK BOARD OF EDUCATION REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES

Knox County Government and Strategic Equipment and Supply

CITY OF GAINESVILLE INVITATION TO BID

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

SERVICE LEVEL AGREEMENT. Citizens Property Insurance Corporation Florida Market Assistance Plan

CITY OF BEVERLY NEW JERSEY MUNICIPAL NON-AUDIT SERVICES REQUEST FOR PROPOSAL

Request for Proposals ( RFP ) to Conduct Annual Audit

PROFESSIONAL SERVICES CONSULTING AGREEMENT

Exhibitor Prospectus. North Carolina Dermatology Association 2018 Summer Meeting. July 13-15, 2018 The Omni Grove Park Inn Asheville, NC

ADAM H. PUTNAM COMMISSIONER

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Exhibitor Prospectus

INVITATION FOR BID. Arlington Public Schools Purchasing Department. Invitation # 07FY13

UNSEALED INVITATION FOR BID. TITLE: Fire Extinguishers, Halon and Hood Suppression System Inspection and Repair Services

APPLICATION CHECKLIST:

ALABAMA TAS PROVIDER EQUIPMENT AGREEMENT

Non-Refundable Application fee (per applicant) A $45.00 money order or cashier s check made payable to Renters Warehouse.

Transcription:

Dear Vendor: The Prince William County Public Schools (PWCS) Purchasing Office has developed a list of approved Fund Raising Activities providers to include, but not necessarily limited to, brochure sales, specialty sales and cash and carry transactions on an as needed basis. If your firm is interested in being included on this approved list of fund-raiser companies, please forward to my attention the following: Completed (typed or printed) signed copy of the Fund Raising Activities Contractor s Agreement (revised February 2016) Completed and signed Certificate of Compliance (revised 2/24/2016) Completed Vendor Information Form Completed W-9 Form Certificate of General Liability Insurance (ACORD 25 form) and, if applicable, Product Liability Insurance Copies/Samples of the following: Product/program brochures, order forms, parent letters and other promotional materials OR internet link to on-line catalogs and information. To do business with Prince William County Public Schools, vendors MUST register on our website http://purchasing.departments.pwcs.edu/ Instructions for registering are enclosed. Based on your response to this solicitation, and a thorough review and acceptance of the information provided, a signed copy of the agreement will be returned for your records. This agreement does not have an expiration date. The listing of approved vendors shall remain on the Approved Fund Raising Contractor s List until the vendor requests that its name be removed. It is the sole responsibility of each vendor to update PWCS in writing as to any changes in Contact Names, Phone Numbers, Fax Numbers, Addresses and E-Mail Addresses plus the types of Fund Raising Opportunities and Products offered to PWCS. Should you have any questions, please contact me at (703) 791-8742. Sincerely, Nancy Markov, CPPB, Buyer Enclosures: Fund Raising Activities Contractor s Agreement Certificate of Compliance Vendor Information Form/Vendor Self-Service Registration Instructions Purchasing Office P.O. BOX 389, MANASSAS, VA 20108 www.pwcs.edu 703.791.8742, FAX 703.791.8610

FUND RAISING ACTIVITIES CONTRACTOR S AGREEMENT BETWEEN PRINCE WILLIAM COUNTY SCHOOL BOARD AND CONTRACTOR (print/type) This agreement entered into the day of, by and between the Contractor and Prince William County School Board, P.O. Box 389, Manassas, VA 20108, hereinafter referred to as Prince William County Public Schools, Purchasing Agency or PWCS, agrees to the following: Products, Services and Activities: The Contractor shall provide all necessary materials, equipment, supplies and labor resources to provide the following professional top-quality fund-raising products, services and activities: Contractor shall list the type(s) of products/services/activities to be provided below; e.g., brochure sales-pizza, cookie dough, gift items, candles; purchase for resale-holiday wreaths, etc. Commission/Profit: Contractor proposes the commission and/or profit rate of % for the aforementioned fund-raising product/services/activities. Period of Contract: Contract term begins upon execution date of this document. There is no expiration date. Approved vendor will remain on Approved Fund Raising Contractor s List until the Contractor requests that its name be removed or until PWCS determines it no longer wishes to do business with the vendor. Contract Administrator/Technical Point of Contact: As the Contract Administrator, Nancy Markov (703.791.8742), or her designee, shall serve as the interpreter of the conditions of the contract and shall use all powers under the contract to enforce its faithful performance. Individual schools may work directly with the Contractor in scheduling, coordinating and answering technical questions in connection with the scope of services, and providing general direction under the resulting contract(s). The primary users at each site under this contract will be identified by the individual schools.

Contractor s Responsibilities: The Contractor shall provide all necessary materials, equipment, supplies and labor resources to provide professional top quality fund-raising activities in accordance with the following minimum requirements: 1. General: a. All fund-raising products should be competitive in nature when compared to average retail product value of like or similar items. b. The Contractor shall not disengage students from instructional class time for any purpose related to the fund raiser. c. The Contractor shall be advised that no foods or beverages shall be sold to students during established meal periods other than those sold by PWCS School Food and Nutrition Services and all foods sold during the school day shall meet the healthy nutrition standards listed in the PWCS Wellness Plan (Regulation 275-1, January 2015). d. The Contractor shall be advised that elementary and middle school students shall not participate in door-to-door fund-raising activities for school or parent-group sponsored activities. Senior high school students shall conduct door-to-door fund-raising activities in pairs and have adequate teacher/adult supervision. e. The Contractor shall maintain such personal injury and property damage liability insurance as necessary to protect itself from claims arising out of the product or performance of any resulting contract. With this signed Agreement, the Contractor shall provide a Certificate of General Liability Insurance, ACORD 25 form, documenting general liability coverage of $1,000,000. If the Contractor manufactures the items being sold, proof of $1,000,000 of Product Liability Insurance is also required. f. The Contractor shall maintain the confidentiality of all personal information obtained as a result of providing services under this contract. Personal information includes, but is not limited to, name, address, phone number, work/school location, etc. Firms may only use this information for purposes required by this contract. Failure to comply with this requirement will result in immediate cancellation of this contract. Contractor shall not release, disclose, sell, distribute, or otherwise use any PWCS staff members, parents and/or students personal information. 2. Personnel: a. The Contractor agrees that as a condition for providing the services required under this contract to certify that neither the Contractor nor any employee(s) assigned to perform the services in the presence of students during regular school hours or school-sponsored activities have been convicted of a felony or any offense involving sexual molestation or physical or sexual abuse or rape of a child. b. The Contractor shall complete and return the Certification of Compliance form along with this signed agreement. c. The Contractor shall provide experienced and accessible representatives who will work with school personnel to answer any question regarding ordering procedures or financial matters pertaining to the individual services required. d. The Contractor shall be responsible for completely supervising and directing the work under this contract and all subcontractors that they may utilize, using their best skill and attention. Subcontractors who perform work under this contract shall be responsible to the prime Contractor. The Contractor agrees to be fully responsible for the acts and omissions

of their subcontractors and of persons employed by them as they are for the acts and omissions of their own employees. e. The Contractor shall comply with PWCS conflict of interest regulation and/or the State and Local Government Conflict of Interests Act, Code of Virginia 2.2-3100 et seq. 3. Contact Persons and Phone Numbers: a. The Contractor should make available to the schools a designated contact person who shall respond to requests within two working days. b. The Contractor shall provide contact information on the Vendor Information Form including contact s name, local or toll-free telephone number and an email address. 4. Incentives/Costs: a. All cost for promotional/ordering materials, incentives, prizes, and awards to students shall be borne by the Contractor and shall not impact the profit from gross to the school. Incentives, prizes and awards to students shall not be in the form of additional products to be sold nor in the form of cash or monetary equivalents. PWCS will not issue a check or any form of payment or reduction/offset of net profits to the Contractor for incentives, prizes and awards. b. All Contractors overhead costs; e.g., travel, hourly rates, supplies, order forms, catalogs, printing, incentives, prizes, miscellaneous support services, etc., shall be borne by the Contractor and shall not impact the profit from gross to the school. No extra charges shall be allowed. c. Additional incentives that can be offered to PWCS may be listed on an attached page. 5. Promotional and Ordering Materials: a. The Contractor shall provide, at no cost, a sample of all literature, ordering forms and prize incentives to PWCS for approval prior to any distribution to the students. b. The Contractor shall provide, at no cost, sufficient quantities of all brochures, order forms, parent letters, collection envelopes and other promotion material as needed for a successful campaign. 6. Orders: a. Shipping charges, if any, shall be clearly disclosed to the school by the Contractor before any fund-raising activity is authorized. b. The Contractor shall accept all orders as inside delivery. c. The school shall not be responsible for advancing money or prepaying for any products or services. d. The Contractor shall not stipulate or require minimum orders. 7. Delivery and Distribution: a. The Contractor shall deliver orders sorted and packaged as agreed to by the individual school e.g., boxed by homeroom and alphabetically sorted by student.

b. The Contractor shall accept all orders as inside delivery. c. Delivery hours at PWC schools are between 8 a.m. and 3 p.m. on school days, excluding PWCS holidays. 8. Returns: a. The Contractor shall give full refund to the school for all damaged and/or defective products. b. All cost for the return of damaged and/or defective products shall be borne by the Contractor. 9. Invoices/Terms/Documentation/Reports a. Upon completion of the fund-raising activity, the Contractor shall provide each school with a written report of the entire order and a financial summary that details all goods sold, receipts, expenditures, sales, and profit along with the request for payment (invoice) directly to the school s bookkeeper. b. Upon request, the Contractor shall provide the Purchasing Office with an annual financial summary report including, but not limited to, sales and net profit, of all fund-raising activities in PWCS. c. All funds collected by the school are to be maintained in an internal school account until such time as all prizes are awarded and any/or all required action relative to the campaign is complete. d. The Contractor shall be paid on the basis of invoices submitted, to be paid net 30 days from receipt of invoice or completion, acceptance and approval of services by an authorized PWCS official, whichever is later. Payment shall be made after satisfactory performance of the contract in accordance with all of the provisions thereof and upon receipt of a properly completed invoice. The School Board reserves the right to withhold any or all payments or portions thereof for Contractor s failure to perform in accordance with the provisions of this contract or any modifications thereto. e. The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for no less than three years after final payment. PWCS, its authorized agents, and/or auditors, reserve the right to perform or have performed an audit of the records of the Contractor and therefore shall have full access to and the right to examine any of said materials, upon giving reasonable notice during said period.

AGREEMENT ACCEPTANCE FUND-RAISING ACTIVITIES CONTRACTOR S AGREEMENT This Document shall constitute the whole agreement between the parties. There are no promises, terms and conditions, or obligations other than those contained herein, and this contract shall supersede all previous communications, representations, or agreements, written or verbal, between the parties hereto related to the provision of goods and/or services described herein. By signing this Agreement, the Contractor agrees to PWCS Terms and Conditions and acknowledges the review and acceptance of PWCS Regulation 341-1, Fiscal Management, Guidelines for School Fund-Raising Activities. CONTRACTOR: Authorized Signature Printed/Typed Name Title Business Name PURCHASING AGENCY: Authorized Signature Jim Totty, CPPO, C.P.M. Name Supervisor of Purchasing Title Date Address Telephone Number Fax Number Email address Date

CERTIFICATE OF COMPLIANCE Code of Virginia 22.1-296.1 As a condition of contract award, Contractor/Vendor providing contracted services requiring direct contact with students on school property during regular school hours or school-sponsored activities/programs shall execute this document certifying that neither the Contractor nor any employee of the Contractor has been convicted of a felony or any offense involving the sexual molestation, physical or sexual abuse or rape of a child or a barrier crime as defined and regulated under VA statutes 19.2-392.02 and 63.2-1719 through 1725 as applicable. This certification shall be binding upon the Contractor and their employees providing services throughout the term of the contract or purchase order, including any extensions or renewals. Contractor/Vendor acknowledges that, pursuant to the Code of Virginia 22.1-296.1 (A), any person making a materially false statement on this certification, shall be guilty of a Class 1 misdemeanor, and upon conviction, the fact of such conviction shall be grounds for revocation of the contract or purchase order. Company Name Purchase Order/Contract/Solicitation # Company Address Company Phone Number Print Name of Authorized Representative Authorized Representative Signature Authorized Representative Title Date Revised 2/24/2016

PRINCE WILLIAM COUNTY PUBLIC SCHOOLS Purchasing Office VENDOR INFORMATION FORM The following vendor information is required with all IFB/RFP responses along with a completed and signed W-9 form: Ordering Address: Legal Business Name: D/B/A: Address: City, State, Zip: Phone: Fax: _ Email: Tax ID# SCC# Remittance Address: Check box if same as above Legal Business Name: Address: City, State, Zip: Contact Information: Name: Title: Phone: Fax: E-mail Address: Attention Vendors: Visit the PWCS Purchasing Office Website at http://purchasing.departments.pwcs.edu to: Register on-line, click on Vendor Registration Obtain a W-9 form and instructions