SUBCONTRACTOR TASK ORDER

Size: px
Start display at page:

Download "SUBCONTRACTOR TASK ORDER"

Transcription

1 lfi* I? r?:.-r, BMT Designers & Planners SUBCONTRACTOR TASK ORDER -.I CONTRACT: NO D-4023 SUBCONTRACTOR: Oldenburg Group Incorporated CUSTOMER: Tyrone Jones, Code DELIVERY ORDER: FDO 118/FD0120 TI 019 SUBCONTRACT NO.: NO D TASK ORDER NO: Auth Amt LABOR FEE ODc TOTAL HRS Current Mod: $738, $59, $30, $827, ,194.8 Cumulative: $738, $59, $30, $827, ,194.8 PERIOD OF PERFORMANCE: August 05,2008 to March 3 1,2009 Funded Amt: LABOR FEE ODC TOTAL HRS Current Mod:$738, $59, $30, $827, ,194.8 Cumulative $738, $59, $30, $827, ,194.8 Fee Billing Rate = $6.42/per hour STATEMENT OF WORK: Perfom work in accordance with the statement of work and OGI's cost proposal. Note that this task order is fully funded. The current funded ceiling is a not-to-exceed amount. Any charges incurred by the subcontractor in excess of this funded amount will be solely at the risk of the subcontractor. DELIVERABLES AND SCHEDULE: Deliverables per attached statement of work and in accordance with BMT Designers & Planners, Inc. Subcontract Agreement NO D TASK ORDER MODIFICATIONS: ACCEPTED: Oldenburg Group Incorporated B& &5;L Designers & Planners, Inc. Name: Title: Name: Title: Gayle P. Reid Vice President, Finance Date: Date: January 14,2009

2 Code 21 SEAPORT, Contract #: N D-4023 FDOl Technical Instruction #: 01 9R2 TITLE: Advanced Electric Replenishment System PURPOSE: The Operational Logistics (OPLOG) program helps conduct technology development and integration efforts with cross-platform applicability. The Advanced Electric Replenishment System (AERS) concept provides increased capability and life cycle cost savings over the current Navy standard UNREP equipment. Under this tasking, the performance requirements will be defined, sub-systems alternatives will be analyzed, a scalable system that meets future capacity requirements will be designed, including all appropriate documentation. INSTRUCTIONSIGUIDELINES: In order to support Section 2, Task 1, Task 2, and Task 4 of the Statement of Work, the contractor shall incorporate the following InstructionslGuidelines: Instruction 1: System Performance Interfaces and Design Requirements - Collaborate with OPLOG, end users and key vendors to determine AERS system performance, and ship interface requirements. Use trade studies to translate performance and interface requirements into design requirements. Document requirements and track individual component requirements. Instruction 2: System Design - Design an AERS and provide review for technical warrant holders. Provide design drawings for manufacturing. Instruction 3: System Modeling - Conduct system stress modeling and analysis on the winches for design load, shock and vibration. GOVERNMENT FURNISHED INFORMATION (GFI): The contractor will be furnished with all pertinent documentation within five (5) working days of funding provided. This GFI shall be returned to the Government with-in thirty (30) days after completion of this instruction or with submission of the final report. PERIOD OF PERFORMANCE: Period of performance is through 3 1 March TECHNICAL POINTS OF CONTACT (TPOCs): NSWCCD TPOC is Tyrone Jones, Code 2120, Carderock Division, Naval Surface Warfare Center, 9500 MacArthur Boulevard, West Bethesda, Maryland , phone (301) , fax (30 1) , tyrone.l.jones@navy.mil DELIVERABLES: Status Report: Monthly status reports of activities conducted under this Technical Instruction including a summary of work completed, labor hours expended, funding expended, and balance. Technical Report(s): Rev 2 18 August 2008

3 Report documenting: System Performance, Interface and Design requirements- 2 November 2008 AERS Design Drawings - 30 November 2008 Results of System Stress Modeling and Analysis - 15 March 2009 SECURITY REQUIREMENTS: Instruction. There is no classified work anticipated under this Technical SERVICES INFORMATION: The contractor shall not exercise personal judgement on behalf of the Government. The Government will not assign tasks or prepare work schedules but will allow the contractor to meet delivery schedules established in the contradorder. The Government will not exercise control or direct day to day contractor performance. TECHNICAL INSTRUCTION: Technical Instructions (TIs) means written guidance or specific task directions to the contractor within the scope of the task order statement of work. TIs include: (1) directions to the contractor that suggest pursuit of certain lines of inquiry, shift work emphasis, fill-in details or otherwise serve to accomplish the statement of work; and (2) guidelines to the contractor that assist in the interpretation of drawings, specifications, or technical portions of work description. TIs may not be used to (1) assign additional work; (2) direct a change as defined in the "Changes" clause of the base contract; (3) increase or decrease the contract andl or task order price or estimated contract and/or task order amount (including fee), as applicable, the level of effort, or the time required for task order performance; or (4) change any of the terms, conditions or specifications of the task order. Rev 2 18 August 2008

4 COST AND FEE Subcontractor fee shall not exceed 8% of labor cost and is to be billed at the hourly rate of $6.42 for each hour expended. Estimated cost and fee shall be paid in accordance with FAR entitled "Allowable Cost and Payment". In addition see Special Contract Requirements, Payment of Fixed-Fee under Indefinite Quantity Contracts which is included as part of this order. LEVEL OF EFFORT PURCHASE ORDER The Subcontractor shall provide and maintain an accounting system, acceptable to the Defense Contract Audit Agency (DCAA), which collects costs incurred and effort provided in fulfillment of the level of effort obligations of this Purchase Order. (a) The Subcontractor agrees to provide the total level of effort specified in the next sentence in performance of the work described in the SOW of this Purchase Order The total funded level of effort for the performance of this Purchase Order shall be 9,194.8 total man-hours of direct labor. (b) If the total level of effort specified in paragraph (a) above is not provided by the Subcontractor during the period of this contract, the Contracting Officer, at its sole discretion, shall either (i) reduce the fee of this contract as follows: Fee Reduction = Fee (Required LOE - Expended LOE) Required LOE or (ii) subject to the provisions of the clause of this contract entitled "LIMITATION OF COST" (FAR ) or "LIMITATION OF COST (FACILITIES)" (FAR ), as applicable, require the Subcontractor to continue to perform the work until the total number of man-hours of direct labor specified in paragraph (a) above shall have been expended, at no increase in the fee of this contract. Subcontractor may furnish man-hours up to five percent in excess of the total man-hours specified in paragraph (a) above, provided that the additional effort is furnished within the term hereof, and provided further that no increase in the estimated cost or fee is required. TRAVEL If the subcontractor is required to travel to fulfill the requirements of the task order, all authorized travel expenses shall be in accordance with the current version of the Joint Travel Regulations. The cost for travel, if authorized, will be part of other direct costs under CLIN 3000.

5 TRAINING The Government will not allow costs, nor reimburse costs associated with the subcontractor training employees in an effort to attain and/or maintain minimum personnel qualification requirements of this contract. Other training may be approved on a case-by-case basis by the COR. Attendance at workshops or symposiums are considered training for purposes of this clause. OFFICE EOUIPMENT/INFORMATION TECHNOLOGY The cost of acquisition of General Purpose Office Equipment and IT shall not be allowable as direct charges to this contract. The subcontractor is expected to have the necessary facilities to perform the requirements of this purchase order, including any necessary GPOE and IT. GPOE means equipment normally found in a business office such as desks, chairs, typewriters, calculators, file cabinets, etc. IT means any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, movement, control, display, switching, interchange, transmission, or reception of data or information. IT includes computers, ancillary equipment, software, firmware and similar products, services (including support services), and related resources. SUBCONTRACTS Subcontractor shall not Subcontract for any of the work to be performed under this Purchase Order without the prior written approval of the D&P Contracting Officer. KEY PERSONNEL The Subcontractor agrees that a partial basis for award of this purchase order is the list of key personnel proposed in its' cost proposal. The Subcontractor may not add or delete any key personnel without the prior written permission of D&P Program Manager. MODIFICATIONS TO PURCHASE ORDERS Purchase Orders may be modified by written agreement between D&P and the Subcontractor. Orders may be modified verbally by the D&P Contracting Officer only. Verbal Modifications will be confirmed by issuance of a written Modification within five (5) business days from the time of the verbal communication modifying the Purchase Order.

6 PURCHASE ORDER ITEM CEILING AMOUNTS There are not-to-exceed ceiling amounts for labor dollars, other direct costs (odc)/travel dollars, and fee dollars for each Purchase Order. These ceilings may not be exceeded unless authorized by the D&P Contracting Officer and issuance of a written Modification to the Purchase Order. The transfer or commingling of costs between item numbers is not permissible. Should the Subcontractor expend hnds in excess of any item ceiling, the Subcontractor does so at its own risk. D&P is not obligated to pay any amounts in excess of any authorized item amount. Each Purchase Order shall state a ceiling price or a not-to-exceed arnount(s) by item number, which shall represent the maximum liability of D&P for the Subcontractors performance of such order. DELIVERABLES The deliverables as specified in the Purchase Order shall be delivered to the D&P Program Manager specifically andlor mailed to: D&P Program Manger: Edward Jones, BMT Designers & Planners, Inc., 2120 Washington Boulevard, Suite 200, Arlington, Virginia x 264. ejones@dandp.com Copies shall also be provided to the D&P TPOC identified in each technical instruction. INVOICE INSTRUCTIONS & PAYMENT D&P will utilize the DoD Wide Area Workflow Receipt and Acceptance (WAWF) system. Invoices for supplies/services rendered under this Purchase Order by the Subcontractor shall be submitted electronically to mwilkins@,dandp.com with a copy to ktowns@dandp.com. Attachments created in any Microsoft Office product may be attached to your invoice, e.g., backup documentation, travel receipts, timesheets, etc. The contractor shall submit invoices for payment based upon actual amounts incurred per contract terms itemized by the Purchase Order Item number for both the current and the cumulative time periods. Hours must also be identified for both the current and cumulative periods by labor category. The name, phone number and address of the Subcontractor's point of contact in the case of a defective invoice shall be included. Invoices will be paid with 10 working days of receipt of payment from the government which includes subcontractors invoice. All submitted invoices must be approved and signed by an authorized official of the Subcontractor who shall certify that "the costs claimed are correct, allowable and allocable to the Purchase Order in accordance with FAR Part 3 1" and that the subcontractor has in it's possession records for all charges to this purchase order, including timekeeping records, that substantiate all invoices submitted to D&P for payment. Such records will be made available to cognizant government agency for audit upon request until 3 years after final payment hereunder.

7 REQUIRED INSURANCE (a) The following types of insurance are required in accordance with the clause entitled "INSURANCE - LIABILITY TO THIRD PERSONS" and shall be maintained in the minimum amounts shown: (I) Comprehensive General Liability: $100,000 per person and $500,000 per accident for bodily injury. (2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required. (3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $1 00,000. (b) The Subcontractor shall provide D&P with a copy of coverage as identified above, and shall identify D&P as the certificate holder. Failure to comply with this requirement will delay the processing of your invoices. The policies for such insurance shall contain an endorsement requiring at least thirty (30) days written notice from the insurance company to both the Contractor and Subcontractor before cancellation or change in the coverage, scope, or amount of any policy. REPORTS The Subcontractor shall prepare a monthly Ship Integration and Design progress report. The progress report shall indicate the amount expended and the number of labor hours used during the reporting period and the cumulative amount expended and labor hours used to date. In addition, the progress report shall include a description of any problems encountered during the reporting period. GOVERNMENT FURNISHED INFORMATION, EQUIPMENT AND MATERIALS (GFI, GFE, GFM) Government Furnished Information (GFI). GFI, if applicable, will be provided to the Subcontractor 30 days after contract award or as it becomes available: GFI shall consist of access to ship, machinery, equipment, vehicle design data, test data, test plans, production procedures, costing data, and program plans. ORGANIZATION CONFLICT OF INTEREST (NAVSEA)(JUL 2000) ORGANIZATION CONFLICT OF INTEREST (NAVSEA)(JUL 2000) is hereby incorporated into this task order. CLAUSES INCORPORATED BY REFERENCE: Gratuites Definitions APR 1984 DEC 2001

8

9 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Service Contract Act Of 1965, As Amended Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) Drug-Free Workplace Toxic Chemical Release Reporting Duty-Free Entry Restriction on Certain Foreign Purchases Utilization Of Indian Organizations And Indian-Owned DEC 2001 DEC 2001 MAY 1989 MAY 1989 MAY 2001 AUG 2003 FEB 2000 JCrN 2003 JCrN Disputes Protest After Award JUL 2002 AUG 1996

10 Preference For Certain Domestic Commodities Secondary Arab Boycott Of Israel FEB 2003 APR 2003

11 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990) (a) The use of overtime is authorized under this purchase order if the overtime premium cost does not exceed $0

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N00178-07-D-4925 EJP2 02/13/2008 N62583-08-NR-55094

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. N00178-07-D-4925 EJP2 02/13/2008 N62583-08-NR-55094 DELIVERY ORDER 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. FINAL 02/13/2008 N62583-08-NR-55094 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S2404A SPECIALTY CENTER ACQUISITIONS NAVFAC

More information

Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT

Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT Attachment II FLOW-DOWN CLAUSES APPLICABLE TO PURCHASE ORDERS INVOLVING FUNDS FROM A FEDERAL GOVERNMENT CONTRACT OR GRANT If the Order involves funds from a Federal government contract or funds from a

More information

General Terms and Conditions of Purchase

General Terms and Conditions of Purchase General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the materials or products furnished are for use in connection with a U.S.

More information

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A

More information

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS 1. CONTRACT 10 CODE AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 2 AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (/f applicable) 02 23-Jun-2009 N62583-09-MR-61

More information

COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE

COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE COMMUNICATIONS & POWER INDUSTRIES ( CPI ) TERMS AND CONDITIONS OF PURCHASE Supplement 1 U.S. Government Contract Provisions from the Federal Acquisition Regulation (FAR) 1. When the materials or products

More information

SECTION G CONTRACT ADMINISTRATION DATA. The person named below is designated as the Contracting Officer's Representative (COR):

SECTION G CONTRACT ADMINISTRATION DATA. The person named below is designated as the Contracting Officer's Representative (COR): SECTION G CONTRACT ADMINISTRATION DATA 1. CONTRACTING OFFICER'S REPRESENTATIVE The person named below is designated as the Contracting Officer's Representative (COR): Tom Patterson Cartographer The Contracting

More information

1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G:

1. Delete Clause HQ G-2-0007 INVOICE INSTRUCTIONS and ADD the following two Clauses in full text to Section G: Page 1 of 6 Purpose: The purpose of this modification is to revise invoice instructions in Section G and to incorporate FAR 52.204-99 and FAR 52.232-99 clauses in full text to Section I, and to reinstate

More information

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER

LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER LOCKHEED MARTIN CORPORATION PRIME SUPPLEMENTAL FLOWDOWN DOCUMENT (PSFD) ADDITIONAL TERMS AND CONDITIONS FOR SUBCONTRACTS/PURCHASE ORDERS UNDER F-35 / JSF LRIP 8 Production (Combines Prime Contract #: N00019-13-C-0008,

More information

NATIONAL STEEL AND SHIPBUILDING COMPANY SPECIAL TERMS AND CONDITIONS LX(R) PROGRAM N00024-14-C-2409

NATIONAL STEEL AND SHIPBUILDING COMPANY SPECIAL TERMS AND CONDITIONS LX(R) PROGRAM N00024-14-C-2409 NATIONAL STEEL AND SHIPBUILDING COMPANY SPECIAL TERMS AND CONDITIONS LX(R) PROGRAM N00024-14-C-2409 Rev 0, January 21, 2016 1 PRIME CONTRACT CLAUSES N00024-14-C-2409 The following clauses are flowed down

More information

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the products or services furnished are for use in connection with a U.S.

More information

Purchase Requisition & Purchase Order Policy

Purchase Requisition & Purchase Order Policy Purchase Requisition & Purchase Order Policy Effective Date: July 9, 2012 Policy Statement The following provides policy guidance to faculty, staff, students and others with respect to the use of a Purchase

More information

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)

More information

SAMPLE SERVICES CONTRACT

SAMPLE SERVICES CONTRACT SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at

More information

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES 1. STATEMENTS OF QUALIFICATIONS REQUESTED The San Bernardino Community College District (District) Facilities

More information

NPSA GENERAL PROVISIONS

NPSA GENERAL PROVISIONS NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008

DELIVERY ORDER 1. CONTRACT NO. 2. DELIVERY ORDER NO. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 04/03/2008 MOD 04/03/2008 DELIVERY ORDER FINAL 1. CONTRACT NO. 2. 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. EJP201 ORIG 04/03/2008 MOD 04/03/2008 N62583-08-MR-65514 5. ISSUED BY CODE N62583 6. ADMINISTERED BY CODE S5111A SPECIALTY

More information

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT

NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,

More information

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and

More information

Project Management Procedures

Project Management Procedures 1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive

More information

Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8

Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8 Embassy of the United States of America Islamabad, Pakistan Date: August 20, 2015 To: Offeror Page 1 of 8 Request Number: 4529971 Drafted by: Abid Rizvi From: Contracting Officer General Services Office

More information

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS NAME OF CONTRACTOR: RESPONSIBLE PRINCIPAL OF CONTRACTOR:, Vendor

More information

SECTION G CONTRACT ADMINISTRATION DATA. Betsy Ehrlich, Visual Information Specialist, (304) 535-6200

SECTION G CONTRACT ADMINISTRATION DATA. Betsy Ehrlich, Visual Information Specialist, (304) 535-6200 SECTION G CONTRACT ADMINISTRATION DATA 1. CONTRACTING OFFICER'S REPRESENTATIVE The person named below is designated as the Contracting Officer's Representative (COR): Betsy Ehrlich, Visual Information

More information

How To Work For A City Of Germany Project

How To Work For A City Of Germany Project CONSULTING SERVICES AGREEMENT This Consulting Services Agreement ( Agreement ) is made and entered into this day of, 2013, by and between the City of Clovis, a Municipal Corporation, hereinafter called

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: May 2014) Part 3 (2013 Lump Sum Agreement Between Department and Design-Builder), Part 4 (2013 General Conditions of Contract

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) -Oct-2013 N4814214RCSP001 N/A 6. ISSUED

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR AGREEMENT made this day of, 201_, pursuant to the provisions of the Delaware River Basin Compact, by and between the DELAWARE RIVER BASIN COMMISSION

More information

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The

More information

CAP CONSULTING SERVICES AGREEMENT

CAP CONSULTING SERVICES AGREEMENT CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,

More information

wishes to continue to utilize Outcomes by Levy, LLC for state lobbying and government

wishes to continue to utilize Outcomes by Levy, LLC for state lobbying and government RESOLUTION NO. 1682 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF FIFE, PIERCE COUNTY, WASHINGTON, AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMNT WITH OUTCOMES BY LEVY, LLC

More information

WASHINGTON SUBURBAN SANITARY COMMISSION

WASHINGTON SUBURBAN SANITARY COMMISSION APPENDI B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO. 1. INSURANCE REQUIREMENTS A. INSURANCE: The Contractor shall be required to maintain insurance for

More information

DFAS Charleston Vendor Pay Code FP P.O. Box 118054 Charleston, SC 29423-8054. Director of Contrac. See the Following Pages

DFAS Charleston Vendor Pay Code FP P.O. Box 118054 Charleston, SC 29423-8054. Director of Contrac. See the Following Pages DELIVERY ORDER 1. CONTRACT NO. 2. 5. ISSUED BY CODE N61331 DRAFT 3. EFFECTIVE DATE 4. PURCHASE REQUEST NO. ORIG 12/20/2004 N61331-05-MR-55105 MOD 08/24/2005 6. ADMINISTERED BY CODE N61331 NSWC, PANAMA

More information

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD JANUARY 1, 2014 TO DECEMBER 31, 2015 AGREEMENT THIS AGREEMENT, is made and entered into

More information

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015 New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla

More information

ADDENDUM A1. Subcontractor Insurance Requirements

ADDENDUM A1. Subcontractor Insurance Requirements ADDENDUM A1 Subcontractor Insurance Requirements Certificates and endorsements must be received and approved prior to the start of any work. No payments will be released until all insurance documents are

More information

GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15)

GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) GENERAL TERMS AND CONDITIONS OF PURCHASE Supplement 2 Government Contract Provisions from the Department of Defense FAR Supplement TC-003 ( 10/15) 1. When the materials, and products ( goods ) or services,

More information

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC

More information

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

PROFESSIONAL/CONSULTING SERVICES AGREEMENT This SERVICES AGREEMENT ( Agreement ) is entered into by and between the undersigned, ( Contractor ), (Social Security Number or Federal I.D. No.), located at and Texas Southern University ( TSU ), an

More information

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance

More information

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS

INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS INSURANCE REQUIREMENTS FOR FEDERAL CONTRACTORS This document is provided to supply you with information regarding insurance requirements on Government contracts. Please be advised that the samples are

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

More information

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services

Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services Request for Quotes Small Purchase (Hourly Rate Pricing) Accounting Services I. Instructions Upland Housing Authority (UHA) is seeking price quotations from qualified individuals or organizations to provide

More information

CONTRACT INSURANCE REQUIREMENTS

CONTRACT INSURANCE REQUIREMENTS CONTRACT INSURANCE REQUIREMENTS Dakota County requires that each Contractor with whom the County negotiates a contract, meet standard insurance requirements. Please review these documents to acquaint yourself

More information

TC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items

TC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items TC-UPDATE (11/10) The following updates reflect changes to various provisions and clauses of U.S. Government acquisition regulations, including the Federal Acquisition Regulations (FAR) and the Department

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT Douglas County School District Re.1 Castle Rock, Colorado CONSULTANT AGREEMENT This agreement, dated effective as of is made and entered into by and between the Douglas County School District Re.1, Douglas

More information

EXHIBIT D INSURANCE REQUIREMENTS

EXHIBIT D INSURANCE REQUIREMENTS A. INSURANCE Before performing any contract work, Contractor shall procure and maintain, during the life of the contract, unless otherwise specified, insurance listed below. The policies of insurance shall

More information

TRANSPORTATION AGREEMENT

TRANSPORTATION AGREEMENT TRANSPORTATION AGREEMENT THIS AGREEMENT ( Agreement ) is dated as of, 200 between including its subsidiaries (collectively, Shipper ), and Dick Harris and Son Trucking Co., Inc. (Carrier). Carrier agrees

More information

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER CONDITIONS AND INSTRUCTIONS A HARDCOPY OF THIS DOCUMENT MAY NOT BE THE DOCUMENT IN EFFECT. SEE CFMC DOCUMENT LIBRARY FOR CURRENT REVISION. 1.

More information

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING

More information

Contract Clauses Appendix B: Contract

Contract Clauses Appendix B: Contract Sam Appendix B: Contract Clauses Appendix B: Contract Clauses Section 1 General............................................ 359 B.1.1 Applicability........................................ 359 B.1.2 Numbering

More information

Consultants Services, Lump-Sum Remuneration

Consultants Services, Lump-Sum Remuneration 1 S T A N D A R D F O R M O F C O N T R A C T FOR Consultants Services, Lump-Sum Remuneration CONTRACT FOR CONSULTANTS SERVICES Lump-Sum Remuneration Between [name of the Procuring Entity] and 2 [name

More information

CONSULTANT AGREEMENT

CONSULTANT AGREEMENT CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with

More information

LABOR PERMITS, TAXES, CERTIFICATIONS

LABOR PERMITS, TAXES, CERTIFICATIONS DATE: Company: ATT: Fax No. : Phone No. : STANDARD TERMS AND CONDITIONS FOR FIELD SERVICE Dear Customer: ITEC is in receipt of your request for on-site service(s) (hereinafter Services ) by an ITEC Field

More information

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS

Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS Exhibit D CRANE AUCTION INDEMNIFICATION AND INSURANCE REQUIREMENTS The insurance requirements below are dependent on the actions to be taken by the successful vendor(s) following the Port of Los Angeles

More information

Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5

Public Vouchers. Further information is available in the Information for Contractors Manual under Enclosure 5 Public Vouchers Further information is available in the Information for Contractors Manual under Enclosure 5 The views expressed in this presentation are DCAA's views and not necessarily the views of other

More information

Terms and Conditions for Purchase Orders for Recycling Materials

Terms and Conditions for Purchase Orders for Recycling Materials Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California

More information

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

EXHIBIT B CRITERIA AND BILLING FOR EXTRA SERVICES EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES The following Extra Services to the Agreement shall be performed by Architect if needed and if authorized or requested by the District: 1. Making revisions

More information

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016

Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016 1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne

More information

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO.

REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. REQUEST FOR QUOTATIONS (THIS IS NOT AN ORDER) 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCH. REQUEST NO. DCJM-2015-Q-0006 12-2-2014 5A. ISSUED BY: Department on Disability Services Office of s and

More information

Accounting System Requirements

Accounting System Requirements Accounting System Requirements Further information is available in the Information for Contractors Manual under Enclosure 2 The views expressed in this presentation are DCAA's views and not necessarily

More information

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011 SCOPE OF WORK: The Office of the Attorney General (AGO) recently received a settlement from Wells

More information

CHECKLIST FOR INSURANCE REVIEWS

CHECKLIST FOR INSURANCE REVIEWS CHECKLIST FOR INSURANCE REVIEWS FOR DIRECT PURCHASE ORDERS FOR PROFESSIONAL SERVICES CONSULTANTS 1. Determine the applicable insurance requirements as set forth in Exhibit A. If the P.O. involves a Special

More information

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report (

b. Deliverables Prepare and deliver draft report ( copies); Prepare and deliver final report ( City of Lincoln, Nebraska CONTRACT FOR ENGINEERING SERVICES THIS CONTRACT, executed in triplicate, is between the City of Lincoln, Nebraska (City) and (Engineer), a corporation of the state of, with a

More information

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of, 2014, by and between the City of Yreka, a municipal corporation, hereinafter referred

More information

IEC Electronics Terms and Conditions

IEC Electronics Terms and Conditions IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in

More information

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015 1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L-3 General Terms and Conditions (Corp Form CC008), the following

More information

7.4.1 Be required to make exhaustive or continuous on-site reviews;

7.4.1 Be required to make exhaustive or continuous on-site reviews; SUPPLEMENTARY CONDITIONS TO THE CANADIAN STANDARD FORM OF CONTRACT FOR ARCHITECTURAL SERVICES DOCUMENT SIX 2006 EDITION RAIC 6 2006 FRASER HEALTH PROJECTS The following Supplementary Conditions are specific

More information

TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS

TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS Producer Requirements Page 1 TEXAS FAIR PLAN PRODUCER REQUIREMENTS AND PERFORMANCE STANDARDS The following Texas FAIR Plan Association ( Association ) requirements and producer performance standards (

More information

Attachment 32c THE FOLLOWING PROVISIONS APPLY: Applies to orders of any amount

Attachment 32c THE FOLLOWING PROVISIONS APPLY: Applies to orders of any amount Attachment 32c FEDERAL PROVISIONS APPLICABLE WHEN SUBCONTRACTOR (COMMERCIAL ENTITY) IS IN POSSESSION OF GOVERNMENT PROPERTY GOVERNMENT SUBCONTRACT PROVISIONS INCORPORATED IN ALL SUBCONTRACTS/PURCHASE ORDERS

More information

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION Architectural Design Services RFQ October 30, 2015 Shoreline Fire Station & Headquarters Modifications REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION A. Purpose of Request:

More information

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION

More information

Additional Purchase Order Terms and Conditions (Fixed Price) Joint STARS LRIP (Prime Contract No. F19628-92-C-0035)

Additional Purchase Order Terms and Conditions (Fixed Price) Joint STARS LRIP (Prime Contract No. F19628-92-C-0035) Additional Purchase Order Terms and Conditions (Fixed Price) Joint STARS LRIP (Prime Contract No. F19628-92-C-0035) All of the Purchase Order Terms and Conditions set forth below are incorporated in and

More information

ARTICLE 11. INSURANCE AND BONDS

ARTICLE 11. INSURANCE AND BONDS Provide submittals to Architect / Engineer that are required by any governing body or other authorities. Upon receipt of the Contractor s list, the Architect will make an inspection to determine whether

More information

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 1. CONTRACT ID CODE OF S AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 11-Dec-2015 15-MJF-011 N/A 6. ISSUED

More information

Exhibit 1 to Part 3 Project-Specific Terms

Exhibit 1 to Part 3 Project-Specific Terms Exhibit 1 to Part 3 Project-Specific Terms (Date of Standard Exhibit 1 to Part 3: July 2013) This Exhibit 1 to Part 3 (2013 Lump Sum Design-Build Agreement Between Department and Design-Builder) contains

More information

The Line of Accounting information is hereby changed as follows:

The Line of Accounting information is hereby changed as follows: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2 2. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable) 22-May-22 ACQR 2570760 N/A 6. ISSUED BY CODE N62583 7. ADMINISTERED

More information

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

The AIA B 141-1997 Standard Form of Agreement between the Owner and Architect is hereby amended as follows: AMENDMENT A to AIA B 141-1997 between the Owner, Colorado College, and Architect (Firm s name) with Standard Form of Architect s Services made as of (Contract date). PROJECT: (Project name) The numbering

More information

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and

CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and Re: Check Request No. CONSULTING AGREEMENT between THE BOARD OF REGENTS OF THE UNIVERSITY SYSTEM OF GEORGIA BY AND ON BEHALF OF THE UNIVERSITY OF GEORGIA and THIS AGREEMENT made this day of 20, by and

More information

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent

More information

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000)

CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) CITY OF SHERWOOD Independent Contractor Agreement (for Personal Services or for Public Works under $25,000) Dated: Parties: City of Sherwood ( CITY ) 20 NW Washington Street Sherwood, Oregon 97140 And

More information

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

NORTH CAROLINA STATE UNIVERSITY AGREEMENT STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina

More information

IMO General Terms and Conditions

IMO General Terms and Conditions IMO General Terms and Conditions LEGAL STATUS 1 The Contractor shall be considered as having the legal status of an independent contractor vis-a-vis the International Maritime Organization. The Contractor's

More information

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT 06422. Request for Qualification Town of Durham Selectman s Office P.O. Box 428 Durham, CT 06422 Request for Qualification REQUEST FOR LETTERS OF QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES Board of Selectmen Laura L. Francis

More information

STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS

STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS STANDARD SERVICES CONTRACT FOR USE WITH USAID FUNDS This document is only for guidance purposes. The Logistics Officer MUST CONSULT the legal office and Finance department alongside the must current USAID

More information

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,

More information

PUBLIC POWER CORPORATION S.A. DISTRIBUTION

PUBLIC POWER CORPORATION S.A. DISTRIBUTION PUBLIC POWER CORPORATION SA DISTRIBUTION NETWORK DEPARTMENT NOTICE OF CALL FOR TENDERS no ND-193: CONTRACT: PROJECT: Installation of Telemetering System for Major Low Voltage Customer Meters ISSUE 7 INSURANCES

More information

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE

Quotations for Small Purchases (QSP) CONDITIONS TO QUOTE QUOTATIONS FOR SMALL PURCHASES (QSP) FOR Cabinet and Vanity Installation Prepared by: Department of Procurement Of The Housing Authority of DeKalb County 750 Commerce Drive, Suite 201 Decatur, GA 30030

More information

INVOICE/FINANCING REQUEST INSTRUCTIONS FOR NIH COST-REIMBURSEMENT TYPE CONTRACTS, NIH(RC)-1

INVOICE/FINANCING REQUEST INSTRUCTIONS FOR NIH COST-REIMBURSEMENT TYPE CONTRACTS, NIH(RC)-1 INVOICE/FINANCING REQUEST INSTRUCTIONS FOR NIH COST-REIMBURSEMENT TYPE CONTRACTS, Format: Submit payment requests on the Contractor s self-generated form in the manner and format prescribed herein and

More information

ESCROW AGREEMENT WITNESSETH:

ESCROW AGREEMENT WITNESSETH: ESCROW AGREEMENT This Escrow Agreement (herein "Agreement") entered into on the day of 20, by and among the University of Cincinnati (herein "Owner"), a State University created and existing under the

More information

SECURING AND PAYING FOR CONSULTANTS AND INDEPENDENT CONTRACTORS

SECURING AND PAYING FOR CONSULTANTS AND INDEPENDENT CONTRACTORS SECURING AND PAYING FOR CONSULTANTS AND INDEPENDENT CONTRACTORS PURPOSE The primary purpose of this policy and procedure statement is to guide the Seminary in three areas: (1) To properly classify employees,

More information

CITY OF LEAWOOD. Independent Contractor Agreement

CITY OF LEAWOOD. Independent Contractor Agreement #3 Small Indep Contractor Agreement with Ins Optional, for use with small agreements less than $15k [e.g., entertainment, 4 th of July projects, sports] CITY OF LEAWOOD Independent Contractor Agreement

More information

How To Write A Contract Between College And Independent Contractor

How To Write A Contract Between College And Independent Contractor Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson

More information

AGREEMENT for MISCELLANEOUS LAND SURVEYING SERVICES on PROJECTS OF LIMITED SCOPE

AGREEMENT for MISCELLANEOUS LAND SURVEYING SERVICES on PROJECTS OF LIMITED SCOPE AGREEMENT for MISCELLANEOUS LAND SURVEYING SERVICES on PROJECTS OF LIMITED SCOPE This Agreement is made as of, 20 (the Effective Date ), by and between: The Owner: The University of Texas M. D. Anderson

More information

REQUEST FOR PROPOSAL PUBLIC RELATIONS FOR THE PHILADELPHIA CRUISE TERMINAL

REQUEST FOR PROPOSAL PUBLIC RELATIONS FOR THE PHILADELPHIA CRUISE TERMINAL REQUEST FOR PROPOSAL PUBLIC RELATIONS FOR THE PHILADELPHIA CRUISE TERMINAL THE PORT OF PHILADELPHIA AND CAMDEN A DEPARTMENT OF THE DELAWARE RIVER PORT AUTHORITY RFP ISSUE DATE: 2/19/07 PROPOSALS DUE BY:3/8/07

More information

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES AGREEMENT FOR SECURITY AND TRANSPORT SERVICES THIS AGREEMENT For Security Services (the Agreement ) is made and entered into effective this day of, 20, by and between CITY OF Commerce City, COLORADO, a

More information

MEMORANDUM OFFICE OF THE COUNTY EXECUTIVE COUNTY OF PLACER

MEMORANDUM OFFICE OF THE COUNTY EXECUTIVE COUNTY OF PLACER MEMORANDUM OFFICE OF THE COUNTY EXECUTIVE COUNTY OF PLACER TO: FROM: Honorable Board of Supervisors Thomas M. Miller, Placer County Executive Officer By Allison Carlos, Principal Management Analyst DATE:

More information

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee AGREEMENT FOR CONSULTING SERVICES This Agreement is made between the Association of Amherst Students (Association)

More information