REQUEST FOR QUOTATION

Similar documents
REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR INFORMAL QUOTATION

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

REQUEST FOR QUOTATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

PROPOSAL LIQUID CALCIUM CHLORIDE

COUNTY OF OSWEGO PURCHASING DEPARTMENT

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

CITY OF GREENVILLE Danish Festival City

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

City of Bowie Private Property Exterior Home Repair Services

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

Okanogan County Department of Public Works Refrigerant Removal Services

REQUEST FOR PROPOSAL

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

DATE ISSUED: September 25, 2017 HAULING OF SCRAP TIRES FROM THE FORTY WEST LANDFILL FOR RECYCLING

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

City of Albany, New York

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR QUOTATION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

RFP GENERAL TERMS AND CONDITIONS

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

West Ridge Park Ballfield Light Pole Structural Assessment

ALL TERRAIN SLOPE MOWER

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

INVITATION TO BID (ITB)

Real Estate Acquisition Services For Neighborhood Stabilization Program

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

City of Albany, New York Traffic Engineering

BERRIEN COUNTY ROAD DEPARTMENT

Mobile and Stationary Security Patrol Services

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Request for Proposals. Work-Center Bid Addendum

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Sayreville Housing for Seniors Corporation Gillette Manor

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

Request for Qualifications

INSTRUCTIONS TO BIDDERS

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

REQUEST FOR PROPOSALS FOR INSURANCE CONSUL TANT SERVICES HUMAN RESOURCES

Johnson City Power Board

Request for Bid #1667 (RFB) CONCRETE SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

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

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

Transcription:

REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington County Administration Building 100 West Washington Street, Third Floor, Room 320 Hagerstown, Maryland 21740-4748 Attention: Rick Curry, CPPO, Buyer NOTES: 1. Quoted prices are to be net thirty (30) calendar days: all discounts are to be deducted and reflected in net prices. 2. The County reserves the right to reject any and/or all quotes, to waive any technicalities in the quote, and to take whatever action is in the best interest of Washington County. 3. The County is exempt from State of Maryland Sales Tax. The County's Maryland Sales Tax Exemption Number is 3000129 2. REQUEST FOR QUOTATION THIS IS NOT AN ORDER DATE ISSUED Telephone Number: 240-313-2330 DESCRIPTION 04/22/2016 SALE OF YARD WASTE MATERIALS FOR COMPOST/MULCH (See Attached Instructions & Specifications) QUOTATION DUE: Wednesday, May 18, 2016, no later than 3:00 P.M., (EDST) and must be timestamped in the Purchasing Department. Opening of quotations will follow. Interested parties are invited to attend. QUOTATIONS TO BE ADDRESSED TO: Washington County Purchasing Department, Attn: Rick Curry, CPPO, Buyer, Washington County Administration Building, 100 W. Washington Street, Third Floor, Room 320, Hagerstown, Maryland, 21740-4748 and enclosed in a sealed opaque envelope marked "QUOTATION () SALE OF YARD WASTE MATERIALS FOR COMPOST/MULCH" and bearing the vendor's name. Having received clarification on all items of conflict or upon which any doubt arose, the undersigned proposes to furnish all labor, materials and equipment called for by said specifications and instructions. BIDDERS SHALL COMPLETE AND SUBMIT THIS PAGE WITH A COMPLETED QUOTATION FORM (PAGE 6) We quote you as above - F.O.B. Official Signature Name Printed Telephone/Fax# / E-mail Address Acknowledge Addenda # Date # Date, # Date Delivery/Service can be performed no later than calendar days from receipt of order. Date

SALE OF YARD WASTE MATERIALS FOR COMPOST/MULCH INSTRUCTIONS / SPECIFICATIONS 1. AWARD: For contracts of sale, the contract shall be awarded to the highest, responsive, responsible Quoter complying with all the provisions of the Request For Quotation, provided the quoted price is in the best interest of the County to accept it. The Board of County Commissioners reserves the right to accept or reject any or all quotes, to waive technicalities, and to take whatever action is in the best interest of Washington County. 2. CONTRACT TERM: The successful vendor shall promptly enter into a contract with the Owner in a form approved by the Owner within ten (10) calendar days after notification of award. The contract will tentatively begin July 1, 2016 and end June 30, 2017. The price offered shall remain firm for the period covered by this agreement and shall include, but not be limited to: loading, transportation, equipment, labor, and ancillary expenses of permits, licenses, etc. Relief from the contract shall not be granted due to market fluctuations during the term of the contract. 3. DISCOUNTS: Quoted prices are to be net thirty (30) calendar days; all discounts are to be deducted and reflected in net prices. 4. DISPUTES: In cases of disputes as to whether or not an item or service quoted or delivered meets specifications, the decision of the County Commissioners or authorized representative shall be final and binding on both parties. The County Director of Purchasing may request in writing, the recommendation of the head of the County agency using the item or materials, or other objective sources. 5. EXCEPTIONS: The submission of a quotation shall be considered an agreement to all the items, conditions, and specifications provided herein and in the various quotation documents unless specifically noted otherwise in the proposal. 6. INSURANCE: Upon request and prior to execution of contract, the successful bidder must show evidence of insurance as outlined in the copy of Washington County s Policy Insurance Requirements for Independent Contractors included herein. 7. INTERPRETATION, DISCREPANCIES, OMISSIONS: Should any vendor find discrepancies in, or omissions from, the documents, or in his/her investigation of the site conditions, or be in doubt of their meaning, he/she should at once request, in writing, an interpretation from Rick Curry, CPPO, County Buyer, Washington County Purchasing Department, Washington County Administration Building, 100 West Washington Street, Third Floor, Room 320, Hagerstown, MD 21740-4748, FAX: 240-313-2331. All necessary interpretations will be issued to all vendors by the Washington County Director of Purchasing in the form of addenda to the specifications, and such addenda shall become part of the Contract Documents. Exceptions as taken in no way obligates the County to change the specifications. Failure of any vendor to receive any such addendum or interpretation shall not relieve such vendor from any obligation under his/her bid as submitted. The County will assume no Instructions / Specifications Page 2

responsibility for oral instructions or suggestions. ORAL ANSWERS WILL NOT BE BINDING ON THE COUNTY. Requests received after 4:00 P.M., (EDST) Friday, May 6, 2016 may not be considered. Every interpretation made by the County will be made in the form of an addendum. If issued, addenda will be sent by the Purchasing Director to all interested parties. 8. MARYLAND BUY AMERICAN STEEL ACT: Bidders must comply with the Annotated Code of Maryland -- Finance and Procurement Code, Subtitle 3, Sub Sections 17-301 through 17-306 regarding "Maryland Buy American Steel Act." 9. PAYMENT: The successful vendor shall make payments to the County on a monthly basis for wood materials removed from the site. Payments shall be made by the 15th day of the following month after removal. Payments shall be submitted to the Washington County Solid Waste Department, 12630 Earth Care Road, Hagerstown, MD, 21740-2189. 10. PAYMENT OF COUNTY AND MUNICIPAL TAXES: Effective October 1, 1993, in compliance with Section 1-106(b)(3) of the Code of the Public Local Laws of Washington County, Maryland, "If a bidder has not paid all taxes owed to the County or a municipal corporation in the County, the County Commissioners may reject the bidder's bid." 11. PRE-QUOTATION CONFERENCE: A Pre-Quotation Conference is scheduled in the Washington County Administration Building Conference Room 325, Third Floor, 100 W. Washington Street, Hagerstown, Maryland on Friday, April 29, 2016 at 10:00 A.M., (EDST) at which time County personnel will be present to answer any questions. 12. POLITICAL CONTRIBUTION DISCLOSURE: In accordance with Maryland Code, State Finance and Procurement Article, 17-402, the Bidder shall comply with Maryland Code, Election Law Article, Title 14, which requires that every person that enters into contracts, leases, or other agreements with the State, a county, or any incorporated municipality, or their agencies during a calendar year in which the person receives in the aggregate $100,000 or more, shall file with the State Administrative Board of Election Laws a statement disclosing contributions in excess of $500 made during the reporting period to a candidate for elective office in any primary or general election. The statement shall be filed with the State Administrative Board of Election Laws: (1) before a purchase or execution of a lease or contract by the State, a county, an incorporated municipality or their agencies, and shall cover the preceding two (2) calendar years; and (2) if the contribution is made after the execution of a lease or contract, then twice a year, throughout the contract term, on: (a) February 5, to cover the 6-month period ending January 31; and (b) August 5, to cover the 6-month period ending July 31. 13. QUALIFICATIONS: The Owner may make such investigations as he/she deems necessary to determine the ability of the vendor to perform the work, and the vendors shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any quotation if the evidence submitted by or investigation of, such vendor fails to satisfy the Owner that such vendor is properly qualified to carry out the obligation of the Contract and to complete the work contemplated therein. Conditional quotations will not be accepted. A vendor, if requested, shall submit evidence that he/she maintains a permanent place of business, that the business has had at least three (3) successful years experience as a mulch dealer, and has available or can obtain personnel, equipment and financial resources to Instructions / Specifications Page 3

undertake and perform the contract properly and expeditiously if the contract is awarded to him/her. Each firm submitting a quotation must be licensed to operate in Washington County and must have adequate personnel and equipment available at all times for routine service. 14. QUOTATION SUBMITTAL: Quotations are to be enclosed in a sealed opaque envelope bearing the name of the vendor and marked "QUOTATION () SALE OF YARD WASTE FOR COMPOST/MULCH". Quotations are to be addressed to Rick Curry, CPPO, Buyer, Washington County Purchasing Department, Washington County Administration Building, 100 W. Washington Street, Third Floor, Room 320, Hagerstown, MD 21740-4748. Quotations must be received in the Purchasing Department no later than 3:00 P.M., (EDST) Wednesday, May 18, 2016. Quotations will be opened and read at that time in the Washington County Administration Building, Third Floor Conference Room 325, 100 West Washington Street, Hagerstown, Maryland. All interested parties are invited to attend. NOTE: All Quoters must enter the County Administration Building through the front door, 100 West Washington Street entrance, and must use the elevator to access the Purchasing Department to submit their quote or to attend the Pre-Quotation Conference. Alternate routes are now controlled by a door access system. 15. RESERVATIONS: The Board of County Commissioners of Washington County, Maryland, reserves the right to accept or reject any or all bids, to waive formalities, informalities and technicalities therein. The Board reserves the right to contact a Bidder for clarifications and may, at its sole discretion, allow a Bidder to correct any and all formalities, informalities and technicalities in the best interest of Washington County. 16. RESPONSIBILITY OF VENDOR: a. Each vendor submitting a quotation for this work shall first examine the site and thoroughly satisfy him/her to the conditions under which he/she will operate or that will in any manner affect any work under his/her contract. The vendor shall accept the site as he/she finds it. All proposals shall take into consideration all conditions that may affect the work. No allowance shall be made to any vendor for negligence in this respect. b. Persons or firms interested in submitting quotations may inspect the site containing the wood materials during the Solid Waste Department s weekday hours of operation, which are 7:00 a.m. 3:00 p.m. Monday through Friday. Please call the Washington County Solid Waste Department - Assistant Deputy Director, Cathy Mills at 240-313-2790 to make arrangements to visit the site. c. The County is requesting from vendors a price per 2,000 lb./ton that the vendor will pay to the County for its wood materials located at the Solid Waste Department s specified dump site for the subject items hauled from the following site; Route 40 West, 12630 Earth Care Road, Hagerstown, Maryland, 21740 site stockpiles of wood materials d. It is the vendor s responsibility to load, remove and haul the subject materials from the County s Route 40 West Landfill site. The successful vendor shall be required to load and remove the wood materials once per month. Instructions / Specifications Page 4

e. The vendor retains all liability, and holds the County harmless and indemnifies the County for any liability resulting from the release of Freon or other refrigerant and any personal or property damage related thereto, or any other violation of Federal, State, or local laws, regulations or permit requirements, related to Freon containing appliances removed from the County s Route 40 West Landfill prior to Freon removal. f. The vendor shall begin removal of the materials from the Route 40 West site no later than seven (7) calendar days after receiving notification from the County. The removal of the wood materials from the Route 40 West site shall be completed within sixty (60) calendar days after receiving notification. However, in no case shall the amount of materials stockpiled at the Route 40 West site be at a quantity, or cover an area that interferes with site operations, or that becomes a nuisance as determined by the County or by an applicable regulatory agency. g. The wood materials shall become property of the contractor upon removal from the site. Materials remaining stockpiled at the Route 40 West site during and upon termination or expiration of this agreement shall remain the property of the County. h. All work shall comply with all Federal, State and local laws, codes and regulations. i. The County shall not be responsible for the premature opening of bids received and not properly addressed or identified on the sealed envelope. j. The County guarantees neither minimum/maximum number of calls, nor quantity of materials. k. Wood materials hauled from Route 40 West site shall be weighed utilizing the County s weigh scales prior to removal. l. Prior to contracting, private corporations must either be incorporated in the State of Maryland or registered with the Maryland Department of Assessments and Taxation as a foreign corporation, and must be in good standing. Proof of such standing is required prior to the start of the contracting process and shall remain so throughout this contract. 17. TERMINATION OF CONTRACT: If the contractor fails to comply with the specifications, the Owner reserves the right to terminate the Contract upon thirty (30) calendar days notice in writing if, in the opinion of the Owner, the services are not satisfactory or in the best interest of the County. Instructions / Specifications Page 5

SALE OF YARD WASTE MATERIALS FOR COMPOST/MULCH QUOTATION FORM Submit With Front Page of RFQ Document Route 40 West Landfill Site: (Sale of Yard Waste for Compost/Mulch) A. Vendor to pay the Board of County Commissioners of Washington County, Maryland the sum of: Per 2000 lb/ton Dollars $ (Written) (Figures) Quotation Form Page 6 Vendor Submitting Form

POLICY TITLE: Insurance Requirements for Independent Contractors ADOPTION DATE: August 29, 1989 EFFECTIVE DATE: September 1, 1989 FILING INSTRUCTIONS: I. PURPOSE To protect Washington County against liability, loss or expense due to damaged property, injury to or death of any person or persons and for care and loss of services arising in any way, out of, or in connection with or resulting from the work or service performed on behalf of Washington County. II. ACTION The following should be inserted in all Independent Contractor Contracts: "The Contractor shall procure and maintain at his sole expense and until final acceptance of the work by the County, insurance as hereinafter enumerated in policies written by insurance companies admitted in the State of Maryland, have A.M. Best rating of A- or better or its equivalent, and acceptable to the County." 1. Workers Compensation: The Contractor agrees to comply with Workers Compensation laws of the State of Maryland and to maintain a Workers Compensation and Employers Liability Policy. Minimum Limits Required: Workers Compensation - Employers Liability - Statutory $100,000 (Each Accident) $500,000 (Disease - Policy Limit) $100,000 (Disease - Each Employee) 2. Comprehensive General Liability Insurance: The Contractor shall provide Comprehensive General Liability including Products and Completed Operations. Minimum Limits Required: $1,000,000 combined single limit for Bodily Injury and Property Damage. Such insurance shall protect the County, its agents, elected and appointed officials, commission members and employees, and name Washington County on the policy as additional insured against liability, loss or expense due to damaged property (including loss of use), injury to or death of any person or persons and for care and loss of services arising in any way, out of, or in connection with or resulting from the work of service performed on behalf of Washington County. Insurance Requirements for Independent Contractors Page 7

2. Comprehensive General Liability Insurance (continued) The Contractor is ultimately responsible that Subcontractors, if subcontracting is authorized, procure and maintain at their sole expense and until final acceptance of the work by the County, insurance as hereinafter enumerated in policies written by insurance companies admitted in the State of Maryland, have A.M. Best rating of A- or better or its equivalent, and acceptable to the County. 3. Business Automobile Liability: The Contractor shall provide Business Auto Liability including coverage for all leased, owned, non-owned and hired vehicles. Minimum Limits Required: $1,000,000 combined single limit for Bodily Injury or Property Damage. Certificate(s) of Insurance: The Contractor shall provide certificates of insurance requiring a 30 day notice of cancellation to the Insurance Department, Board of County Commissioners of Washington County prior to the start of the applicable project. Approval of the insurance by the County shall not in any way relieve or decrease the liability of the Contractor. It is expressly understood that the County does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. All responsibility for payment of any sums resulting from any deductible provisions, corridor, or selfinsured retention conditions of the policy or policies shall remain with the Contractor. General Indemnity: The Contractor shall indemnify, defend and save harmless the Board of County Commissioners of Washington County, its appointed or elected officials, commission members, employees and agents for any and all suits, legal actions, administrative proceedings, claims, demands, damages, liabilities, interest, attorneys fees, costs and expenses of whatsoever kind of nature, whether arising before or after final acceptance and in any manner directly or indirectly caused, occasioned or contributed to in whole or in part by reason of any act, error or omission, fault or negligence whether active or passive by the Contractor, or any one acting under its direction, control or on its behalf in connection with or incident to its performance of the Contract. Revision Date: August 27, 1991 Effective Date: August 27, 1991 Revision Date: March 4, 1997 Effective Date: March 4, 1997 Insurance Requirements for Independent Contractors Page 8