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

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

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

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

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

City of Bowie Private Property Exterior Home Repair Services

Okanogan County Department of Public Works Refrigerant Removal Services

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

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

ALL TERRAIN SLOPE MOWER

CITY OF GREENVILLE Danish Festival City

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Bid #1667 (RFB) CONCRETE SERVICES

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

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

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

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

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

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

REQUEST FOR PROPOSAL

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

RFP GENERAL TERMS AND CONDITIONS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

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

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

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

REQUEST FOR QUOTATION

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

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

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

INSTRUCTIONS TO BIDDERS

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSAL. Information Technology Support Services

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

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

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

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

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

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

BERRIEN COUNTY ROAD DEPARTMENT

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

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

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

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

INVITATION TO BID (ITB)

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

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

Real Estate Acquisition Services For Neighborhood Stabilization Program

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

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

THE CORPORATION OF THE DISTRICT OF SAANICH

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Mobile and Stationary Security Patrol Services

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Invitation to Bid. For. Wastewater Sludge Hauling and Disposal. Radcliff Wastewater Treatment Plant and Fort Knox Wastewater Treatment Plant

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

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: 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 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 Attention: Rick Curry, CPPB, Buyer, Purchasing Telephone Number: 240-313-2330 DESCRIPTION SALE OF SALVAGEABLE METALS (See Attached Instructions & Specifications) DATE ISSUED 08/15/2013 DELIVERY WANTED See Attachment QUOTATION DUE: Friday, September 13, 2013, no later than 3:00 P.M. and must be time-stamped 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, CPPB, 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 (Q-13-548) SALE OF SALVAGEABLE METALS" and bearing the vendor's name. Having received clarification on all items of conflict or upon which any doubt arose, the undersigned proposed to furnish all labor, materials and equipment called for by said specifications and instructions. 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 SALVAGEABLE METALS INSTRUCTIONS / SPECIFICATIONS 1. AWARD: Award shall be made either to the responsible vendor submitting the responsive price quotations as follows: a. Either the highest price quotation for Option No. 1 (A) or the lowest price quotation for Option No. 1 (B) and b. Either the highest price quotation for Option No. 2 (A) or the lowest price quotation for Option No. 2 (B). 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 be for a one (1) year period, tentatively commencing October 1, 2013. 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 Purchasing Director 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 Insurance Requirements for Independent Contractors Policy 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, CPPB, 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 Purchasing Director 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. Page 2

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 responsibility for oral instructions or suggestions. ORAL ANSWERS WILL NOT BE BINDING ON THE COUNTY. Requests received after 4:00 P.M., Monday, August 26, 2013 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: Option No. 1 (A) and Option No. 2 (A) - The successful vendor shall make payments to the County on a monthly basis for materials removed from the sites. Payments must be made by the 15th day of the following month after removal. Option No. 1 (B) and Option No. 2 (B) Receipt of an invoice for payment shall be made by the County to the successful vendor within thirty (30) calendar days after satisfactory removal of materials from the sites for the prior month. Invoices shall be submitted to the Solid Waste Department, 12630 Earth Care Road, Hagerstown, MD, 21740-2189 by the 10 th of the month for materials removed the previous month from the sites. 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. 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. 12. 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 Page 3

place of business, has had at least three (3) successful years experience as a scrap metal handler, and has available or can obtain personnel, equipment and financial resources to 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. 13. QUOTATION SUBMITTAL: Quotations are to be enclosed in a sealed opaque envelope bearing the name of the vendor and marked "QUOTATION () SALE OF SALVAGEABLE METALS". Quotations are to be addressed to Rick Curry, CPPB, 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., Friday, September 13, 2013. 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 get to the Conference Room 325 to attend the pre-quote conference. Alternate routes are now controlled by a door access system. 14. 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. 15. 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 sites containing the salvageable metals 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 Division of Environmental Management Assistant Deputy Director, Steve Zies at 240-313-2790 to make arrangements to visit the sites. c. The County is requesting from vendors a price per 2,000 lb./ton that the vendor/county will pay to the County/vendor for its salvageable metals located at the Solid Waste Department s specified dump sites for the subject items hauled from the following sites; Route 40 West, 12630 Earth Care Road, Hagerstown, Maryland, 21740 site stockpiles salvageable metals and refrigerant equipment. Greensburg Convenience Center, 13125 Bikle Road, Smithsburg, Maryland, 21783 and the Hancock Convenience Center, 6502 Hess Road, Hancock, Maryland, 21750 (salvageable metals only). The successful Page 4

vendor shall provide a metal recycling roll-off box (30 40 cu. Yd.) at each of the Greensburg and Hancock sites. d. The vendor shall be responsible for recovering and ensuring that all refrigerant has been recovered from equipment (refrigerator, air conditioners, etc.) and for the proper disposal of the refrigerant before final disposal of the salvageable metals from the Route 40 West site. e. 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 recover and dispose of refrigerants once per month. Appliances containing refrigerant may be removed from site for disposal of refrigerant, providing the vendor safely loads and transports appliances without releasing any refrigerant. Vendor shall supply the County with a list of appliances by make, model, serial # prior to removal from site. f. The vendor retains all liability, and holds the County harmless and indemnify 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. g. 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 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 metals 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. h. The vendor shall pull the roll-off boxes located at the Greensburg and Hancock site within twenty-four (24) hours (excluding weekends/holidays) after receiving notification from the County. i. Salvageable materials shall become property of the contractor upon removal from the sites. 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. j. All work shall comply with all Federal, State and local laws, codes and regulations. k. The County shall not be responsible for the premature opening of bids received and not properly addressed or identified on the sealed envelope. l. The County guarantees neither minimum/maximum number of calls, nor quantity of materials. m. The County will rely on the vendor s weigh tickets for materials hauled from the Greensburg and Hancock sites. Materials hauled from Route 40 West site shall be weighed utilizing the County s weigh scales prior to removal. Page 5

n. 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. 16. 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. Page 6

SALE OF SALVAGEABLE METALS QUOTATION FORM OPTION NO. 1 - Route 40 West Landfill Site: (Salvageable Metals and Refrigerants Equipment) A. Vendor to pay the Board of County Commissioners of Washington County, Maryland the sum of: Per 2000 lb/ton Dollars $ (Written) (Figures) B. The Board of County Commissioners of Washington County, Maryland to pay the vendor the sum of: Per 2000 lb/ton Dollars $ (Written) (Figures) OPTION NO. 2 - Greensburg and Hancock Transfer Sites: (Salvageable Metals Only) A. Vendor to pay the Board of County Commissioners of Washington County, Maryland the sum of: Per 2000 lb/ton Dollars $ (Written) (Figures) B. The Board of County Commissioners of Washington County, Maryland to pay the vendor the sum of: Per 2000 lb/ton Dollars $ (Written) (Figures) Quotation Form Page 7 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 8

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 9