COMPETITIVE SIMPLIFIED PROCUREMENT March 26, 2009. DESCRIPTION: Contractor to provide ambulance services for athletic and other special events held



Similar documents
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

ATTACHMENT A CONTRACT

ATTACHMENT A Commercial Off-The-Shelf Software Contract

GUIDELINES TO UNIVERSITY OF MARYLAND CONSULTANT AGREEMENT <$5,000

I. 1 "Contractor" means Nu-Vision Technologies, LLC whose principal business address is 6000 New Horizon Blvd, Amityville, NY

MARYLAND STATE TREASURER S OFFICE. Louis L. Goldstein Treasury Building 80 Calvert Street, Room 109 Annapolis, Maryland 21401

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

SERVICES AGREEMENT. 2. Term. This Agreement will commence and expire. Medical Center Representative: Name and Title

Department of Public Safety and Correctional Services

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

MINNESOTA DEPARTMENT OF HEALTH MASTER GRANT CONTRACT FOR COMMUNITY HEALTH BOARDS

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

The University of Procurement Services Department, N.S.F.A.A.F.A.F.F.F.F.F.F.A.F.F.A.

BOROUGH OF KENILWORTH

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

COUNTY OF UNION, NEW JERSEY

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

1. Provide advice and opinions regarding workers compensation issues, as needed;

INDEPENDENT CONTRACTOR AGREEMENT (ICA)

NPSA GENERAL PROVISIONS

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL/EUS

Event Details. Please note that Specifications for Genetec Software Support can be located in the Bid Documents attachment.

PROFESSIONAL/CONSULTING SERVICES AGREEMENT

SHORT FORM CONTRACTOR RESPONSIBILITY DATA

HARFORD COUNTY HEALTH DEPARTMENT MEDICAL ASSISTANCE NON-AMBULATORY (WHEELCHAIR/VAN) TRANSPORTATION SERVICES HCHD

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

CONSULTANT AGREEMENT

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

State of New Jersey New Jersey Public Broadcasting System New Jersey Network Standard Terms and Conditions

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

Small Public Work Contract

To Whom It May Concern:

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

PURCHASE ORDER TERMS AND CONDITIONS

SAMPLE SERVICES CONTRACT

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

TOWNSHIP OF BERKELEY HEIGHTS

STUDENT LOAN DEFAULT MANAGEMENT SERVICES AGREEMENT Between. and HARRISBURG AREA COMMUNITY COLLEGE

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

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

BENTON COUNTY PERSONAL SERVICES CONTRACT

Borough of Jamesburg

COLLINGSWOOD BOARD OF EDUCATION 200 LEES AVENUE COLLINGSWOOD, NJ REQUEST FOR PROPOSAL

ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and

COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC460) Prince William, Virginia (703) Metro Fax (703)

INDEPENDENT CONTRACTORS AGREEMENT

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

Contract No XXX

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

SMART. This proposal must be returned by: December 22, :00pm

How To Write A Contract Between College And Independent Contractor

NORTH CAROLINA STATE UNIVERSITY AGREEMENT

SELLING TERMS AND CONDITIONS

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

MASTER SERVICES AGREEMENT - DIGITAL ADVERTISING SERVICES

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

BRITISH SOCCER CAMP A G R E E M E N T

STATE OF MARYLAND OFFICE OF THE STATE TREASURER. Louis L. Goldstein Treasury Building 80 Calvert Street, Room 109 Annapolis, Maryland 21401

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

Memorandum Potentially Affected AIA Contract Documents AIA Document A AIA Document B Important Information

Purchase Order Addendum

INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS

#5 Independent Contractor Form - With Insurance With Bonds

OSWEGO COUNTY PURCHASING DEPARTMENT

Purchase Order Terms and Conditions

MERCHANT SERVICES, LEASING AND OPERATING AGREEMENT. ( Blackboard ). In this Agreement, the words; BbOne Card means a stored-value account

University of Houston Victoria

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

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

AGREEMENT FOR CONSULTING SERVICES (Sponsored Research) Consulting Agreement Number CA###-####-#### IIT PURCHASE ORDER NO. **

Purchase Order Terms and Conditions Beloit College

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Request for Proposals

MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014

Columbia University Service Provider Agreement

Standard conditions of purchase

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

CONSULTANT AGREEMENT

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

THIS IS A SAMPLE CONTRACT FORM ONLY. THE ACTUAL CONTRACT MAY OR MAY NOT CONTAIN THE PROVISIONS HEREIN, DEPENDING ON THE SCOPE OF WORK.

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

Transcription:

PROJECT TITLE: Ambulance Services PROJECT NUMBER: TU-0953 COMPETITIVE SIMPLIFIED PROCUREMENT March 26, 2009 DESCRIPTION: Contractor to provide ambulance services for athletic and other special events held at Towson University. PRE-BID/PROPOSAL CONFERENCE: April 2, 2009 @ 10:00 AM, Room 413, Administration Building, 7720 York Road. If you wish to request an ADA accommodation, please telephone (410) 704-2171. DEADLINE FOR QUESTIONS: April 3, 2009 @ 4:30 PM BID DUE NO LATER THAN: April 14, 2009 @ 2:00 PM TENTATIVE DATE OF AWARD: April 18, 2009 ISSUING OFFICE AND PROCUREMENT OFFICER: **Issuing Office: Procurement Department Mailing Address Towson University 8000 York Road Towson, MD 21252 *Campus Office Location: Hand carried, FedEx, UPS, etc. 7720 York Road, 4 th Floor Phone Number: (410) 704-3492 Facsimile Number: (410) 704-8233 Procurement Officer Representative: Lorraine Ziara-Denmark Procurement Director: Lucy Slaich INQUIRIES REGARDING THIS BID MAY BE MADE TO: Lorraine Ziara-Denmark, Procurement Officer Representative, E-mail: lziaradenmark@towson.edu or Phone: (410) 704-3492. PROCUREMENT METHOD: This solicitation will be conducted in accordance with the University System of Maryland s (USM) Procurement Policies and Procedures, Competitive Simplified Procurement. BASIS FOR AWARD: Award will be made to the responsive and responsible bidder(s) whose bid is determined to be most advantageous to the University considering the bid price, the submittal requirements detailed in the solicitation, and sound business practices. Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 1 of 6

PARKING: All vehicles parked on Towson University property must strictly observe University parking regulations. Each vehicle parked on campus between 6 am and 8 pm, Monday through Thursday, and from 6 am to 3 pm on Fridays, must display a valid University permit unless parked at a paid meter. Parking on sidewalks or unpaved areas is prohibited at all times. All fines for parking or other vehicle violations are the responsibility of the Contractor. This applies to vendors, salespersons, company vehicles, and Contractor employees personal vehicles. Longand short-term permits are available, at designated rates, for vendors with contracts that require them to park regularly on the campus; see the parking website at http://wwwnew.towson.edu/adminfinance/auxservices/parking/ for permit rates and information to support preparation of Bid/Price Proposal. NOTE: PARKING FEES MUST BE INCLUDED IN BID/PRICE PROPOSAL INCLUDED IN BID PACKAGE: Specifications Attachment I Bid/Proposal Price Form Exhibit B (Bid Affidavit) Exhibit F(Company Profile) Exhibit G (Firm Experience) Terms and Conditions for Simplified Acquisitions BID SUBMITTALS: The following items should be submitted with the Bid: Bid/Proposal Price Form, Exhibit B, Exhibit F, at least three different copies of Exhibit G, Insurance information and licenses. One (1) original and three (3) copies are requested. Prices quoted are valid for 90 days unless otherwise noted. BID RESPONSE SHOULD BE MADE VIA: Regular mail or hand deliver to *Campus Office Location, or mail to the **Issuing Office Location (please allow extra time if you plan to mail your bid). Indicate on the outside of the envelope the solicitation/project number, bid due date, and bidder s name and address. MINORITY BUSINESSES ARE ENCOURAGED TO RESPOND Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 2 of 6

AMBULANCE SERVICES TU-0953 TECHNICAL SPECIFICATIONS SCOPE Towson University is an academic environment and the University s expectation is that the successful bidder will provide ambulance services for athletic and other types of events working within the Maryland Institute for Emergency Medical Services Systems (MIEMSS) Department of Commercial Ambulance Licensing and Regulations and Towson University requirements as outlined in this document. These services are required throughout the calendar year, and will be requested on an as-need basis. Details of the specific staffing requirements, event type and special needs or circumstances will be reviewed when the order for service is placed for each event. The scheduling that is provided is an estimate only, there is no guaranteed minimum use of services. The University reserves the right to award the contract in whole, or in parts to one or more than one successful bidder(s). GENERAL REQUIREMENTS 1. Must be a commercial ambulance service licensed by the Maryland Institute for Emergency Medical Services Systems (MIEMSS) Department of Commercial Ambulance Licensing and Regulation. 2. The ambulance service must comply with all applicable local, state and federal laws and regulations. 3. At least 1 year experience serving sporting, concert and similar events. 4. Ambulance Service must arrive to the site of the event within 30 minutes of the scheduled arrival time to be paid in full for the event. The ambulance service must arrive by the scheduled time and work the entire event. If the ambulance service arrives 30 minutes or more late to a scheduled event, the University reserves the right to impose a 20% reduction of payment where the reduction be off the actual hours worked for unsatisfactory performance. 5. The University will notify the contractor as soon as possible, but at least 72 business hours prior to service required. The contractor shall notify the University at least 48 business hours (Monday Friday not including holidays) if they are unable to provide the services for a scheduled event. 6. Contractor will complete the University s Report of Injury form and submit it back to the requesting department within 72 hours of transport. LEVEL OF AMBULANCE SERVICE 1. Advanced Life Support (ALS) service (required for all Football Games, Tigerfest, graduations and other events as requested by the University) includes : Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 3 of 6

a. ALS "Advanced life support provider" means an individual certified by the EMS Board as EMT-P or CRT. ALS licensed commercial ambulance shall be staffed by two individuals with at least one of those individuals licensed as an EMT-P or CRT. b. Ability to Transport to medical facility as required c. Medical supplies and equipment required for an ALS ambulance 2. Basic Life Support (BLS) service includes: a. BLS "Basic life support provider" means an individual certified by the EMS Board as a first responder or an EMT-B. BLS licensed commercial ambulance shall be staffed by two basic life support providers of which one is an EMT-B. b. Ability to Transport to medical facility as needed c. Medical supplies and equipment required for a BLS ambulance CONTRACT PERIOD The contract period will be one year from the date of the award, with the University reserving the right to exercise, at its sole option, three (3) additional one-year renewals. All prices submitted by the contractor are to remain fixed and firm for the contract period. The terms and conditions of the contract shall govern the renewal periods, except that the renewal rates may be adjusted, upon submission of documented price increases, by the percentage increase in the Consumer Price Index for all Urban consumers (CPI-U) as published by the Federal Government for the DC/MD/VA/WV Region for the latest available 12-month period. In no case will the increases exceed the CPI-U as described herein. SCHEDULE An estimated list of events hosted by Event & Conference Services has been detailed in Attachment 1. Other events may be scheduled by this department, or other University departments thorough the contract term. The University s athletic department is required to have stand-by ALS ambulance service on the premises for all home football games (5-6 per season/ 4 hours per event) and BLS service for all home men s lacrosse games (6-8 per season/ 3 hours per event). The prices for these services are to be entered separately on the Bid/Proposal Price Form, and they may be added as a part of the resulting agreement from this solicitation. SUBCONTRACTING All services must be provided by the personnel employed directly by the Vendor. Subcontracting will only be permitted upon the approval of the Procurement Officer and the Event & Conference Services Director or the Senior Associate Director of Athletics for Internal Operations. SUPERVISION The contractor s employees will report to the Event Manager for Event & Conference Services hosted events or the designated Athletic Trainer responsible for Towson University athletic events. Contractor s employees will remain in the venue at the location designated throughout the event unless they are required to transport a guest/participant to the hospital. Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 4 of 6

PERSONNEL REMOVAL The University reserves the right, at its discretion, to refuse to permit the Vendor to use any employee on this job, or to order the Vendor to remove and replace any of its employees. DAMAGE TO UNIVERSITY PROPERTY The Vendor shall assure the University that their personnel will not tamper with University property. 1. The Vendor shall repair and restore to its original conditions any equipment, materials or surfaces damaged by it operations. 2. The Vendor shall be entirely responsible for any loss or damage to his own materials, supplies, and equipment, and to the personal property of his/her employees. 3. The Vendor shall be solely responsible for any damage to any building or its contents for any loss or damage to any property belonging to the University or the University employees when such loss or damage may be attributable to their actions or negligence or the actions or negligence of their employees. PARKING INFORMATION During posted hours, all vehicles (except for ambulance vehicles working events) parked on campus, must display a parking permit or park in a visitor lot/space and pay the prevailing rate. This includes delivery and service vehicles which may only be on campus for a short period of time. Vendors, Service companies, contractors, etc., doing business with the campus must ensure they arrange for parking as a part of the bid. Please ensure that the ambulance crew parks the ambulance in a space designated by the event manager responsible for the event. WORK SCHEDULE/WORK INITIATION CONFERENCE There will be work-initiation conference which must be attended by the contractor before the start of any scheduled work. The work to be performed will be required is based on an as need basis with frequency for many events detailed in the schedule attachments. Additional services, as required will be scheduled with the contract throughout the year. University Contacts for scheduling: Event & Conference Services Mark DiDonato 410-704-2998 (cell) 609-501-1735 Nick Gingue 410-704-2521 (cell) 607-591-1583 Athletics Terry O Brien 410-704-3606 Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 5 of 6

INVOICING All invoices for services totaling less than $4,999.00 shall be paid by Event & Conference Services or Athletics Department via procurement card. The vendor shall present a quarterly report to the Procurement Department that shows the dates and amounts of services provided during the preceding quarter. All invoices for services totaling more than $4,999.00 shall be submitted to: Accounts Payable Towson University 8000 York Road Towson, MD 21252 All invoices shall contain the purchase order number, the vendor s federal tax identification number, and brief description of work and date performed. LIABILITY INSURANCE All bidders must be fully insured and must submit with their bid, proof of automobile bodily injury liability insurance with limits of not less than $1,000,000 for each person and $2,000,000 for each accident, and property damage liability insurance, with a limit of not less than $2,000,000 for each accident. Proof of Workers Compensation as well as commercial general liability coverage must be provided. Information must be on company letterhead bearing signature of a company official and contain the carrier s name, agent s name, policy number, effective date, and coverage amount. Copy of insurance form indicating Towson University as additional insured is required upon award of contract. Contract Extended to Other USM Institutions The resulting contract shall be between Towson University and the successful vendor(s). In addition, the resulting contract(s) may be used by other University System of Maryland (USM) campuses and/or the University of Maryland Medical System (UMMS). Should other campuses within the USM and/or the UMMS, enter into agreements under the scope of this contract; TU has the right to renegotiate any and all prices. Competitive Simplified Procurement - 3.28.08-ar TU-0953 On-Call Ambulance Services Page 6 of 6

Ambulance Service Requirements 2009/2010 ATTACHMENT I Attendance Ambulance Total Day Date Event Start Time End Time Est. Range Ambulance Hours Estimated Hours Thursday May 14, 2009 MIAA Lax Semi's 5:15pm 10pm 2000 Yes -BLS 4:30pm - 10pm 5.5 Monday May 18, 2009 MIAA Lax Champion 3:00pm 10pm 2000 Yes -BLS 5:30 pm - 10pm 4.5 Wednesday May 20, 2009 Towson U. FCSM 10am 2000 Yes -ALS 8:30am - 12:30pm 4 Wednesday May 20, 2009 Towson U. CLA 2pm 3860 Yes -ALS 12:30pm - 4:30pm 4 Thursday May 21, 2009 Towson U. CHP 10am 3000 Yes -ALS 8:30am - 12:30pm 4 Thursday May 21, 2009 Towson U. CBE 2pm 3250 Yes -ALS 12:30pm - 4:30pm 4 Friday May 22, 2009 Towson U. COE 10am 3500 Yes -ALS 8:30am - 12:30pm 4 Friday May 22, 2009 Towson U. COFAC 2pm 3000 Yes -ALS 12:30pm - 4:30pm 4 Tuesday May 26, 2009 Randallstown Graduation 7pm 9pm 3250 Yes -ALS 5:30pm - 9:30pm 4 Wednesday May 27, 2009 Pikesville Graduation 7pm 9pm 2500 Yes -ALS 5:30pm - 9:30pm 4 Thursday May 28, 2009 Dulaney Graduation 7pm 9pm 4000 Yes -ALS 5:30pm - 9:30pm 4 Friday May 29, 2009 Perry Hall Graduation 7pm 9pm 4000 Yes -ALS 5:30pm - 9:30pm 4 Saturday May 30, 2009 Milford Mill Graduation 9am 11am 3250 Yes -ALS 7:30am - 11:30am 4 Saturday May 30, 2009 Towson Graduation 2pm 4pm 3250 Yes -ALS 12:30pm - 4:30pm 4 Sunday May 31, 2009 Parkville Graduation 9am 11am 4000 Yes -ALS 7:30am - 11:30am 4 Sunday May 31, 2009 Woodlawn Graduation 2pm 4pm 2500 Yes -ALS 12:30pm - 4:30pm 4 Monday June 1, 2009 Western Graduation 7pm 9pm 2500 Yes -ALS 5:30pm - 9:30pm 4 Tuesday June 2, 2009 Loch Raven Graduation 7pm 9pm 2500 Yes -ALS 5:30pm - 9:30pm 4 Wednesday June 3, 2009 Overlea Graduation 7pm 9pm 2500 Yes -ALS 5:30pm - 9:30pm 4 Thursday June 4, 2009 Severna Park Graduation 10am 12 noon 3250 Yes -ALS 8:30am - 12:30pm 4 Thursday June 4, 2009 New Town Graduation 7pm 9pm 2500 Yes -ALS 5:30pm - 9:30pm 4 Friday June 5, 2009 North County Graduation 10am 12 noon 3250 Yes -ALS 8:30am - 12:30pm 4 Saturday June 27, 2009 Kurk Lee Basketball 4pm 7:30pm 3000 Yes -BLS 3:00pm - 8:00pm 5 Saturday June 27, 2009 Under Armor Lax All Day 3000 Yes -BLS 5pm - 10pm 5 TBA December-09 Maryland Crab Bowl TBD 2000 Yes -ALS TBD 5 Sunday January-10 TU Commencement 10:00am 12:00pm 2000 Yes -ALS 8:30am - 12:30pm 4 Sunday January-10 TU Commencement 2:00pm 4:00pm 2000 Yes -ALS 12:30pm - 4:30pm 4 TBA January-10 Mercy/IND Basketball TBA TBA 3800 Yes -BLS TBA 5 TBA February-10 MIAA Boys Basketball TBA TBA 2000 Yes -BLS TBA TBD TBA March-10 Harlem Globetrotters 12noon 7:30pm 4000 Yes -BLS 11:00am-7:30pm 8.5 TBA April-10 Destination Imagination TBA TBA TBA TBA TBA 4 TBA April-10 Tigerfest TBA TBA 10,000 Yes (2 required) ALS TBA 16 146.5

BID/PRICE PROPOSAL FORM BIDDER S NAME: PROJECT TITLE: PROJECT NUMBER: On-Call Ambulance Services TU-0953 Award will be made to the bidder(s) submitting the best evaluated prices to the University. There is no guaranteed minimum use. Failure to properly and completely fill in all blanks may be cause for rejection of this bid/proposal. Having carefully examined all of the solicitation documents for the above referenced project and ADDENDA NUMBER(S) being collectively referred to as the Contract Documents, and having received clarification on all items of conflict or upon which any doubt arose, the undersigned proposes to furnish all labor, materials and equipment required by the said documents for the entire work, all in strict accordance with the Contract Documents, for the sum of: Estimated TOTAL COST OF PROJECT if all services provided: Add Total from Line 3 + Line 6 BASE BID ( ) ($ ) Words Numbers Events & Conference Services and other services as needed Line Services Required Est. # Events Est. Hours Price Per Hour Total (Est. # X Hrs X $ per Hr.) 1 BLS 6 5 2 ALS 24 4 3 Total Line 1 + 2 Athletic Competition Line 1 Services # Events Hrs $/Hr Total 4 ALS football 6 4 5 BLS lacrosse 8 3 6 Total Line 4 + 5 Line Service Bid 7 Minimum Hours Required TU-0953 On-Call Ambulance Services Bid/Price Proposal Form Page 1 of 3

BIDDER S NAME: PROJECT TITLE: PROJECT NUMBER: On-Call Ambulance Services TU-0953 Offerors should specify any additional costs that may be incurred, or savings or benefits that may be realized by the University, although this information has not been specifically requested elsewhere in the CSP. If the undersigned is notified by the Procurement Officer/Representative of the acceptance of the bid within 90 days after the bid date, Contractor agrees to guarantee the completion of this work as specified in the Contract Documents. Firm License Number Date Issued Place of Issuance (if applicable) Minority Business Enterprises: The undersigned certifies that the Bidder: IS NOT a Certified Minority Business Enterprise. IS a Certified Minority Business Enterprise (MBE), certified by. (Certifying Agency) The Certification Council has assigned the following certification number: TU-0953 On-Call Ambulance Services Bid/Price Proposal Form Page 2 of 3

INDIVIDUAL PRINCIPAL Firm Name: Address: Phone/Fax No.: E-mail Address: Federal Tax ID or Social Security No. Witness: Signed: CO-PARTNERSHIP PRINCIPAL Address: In the Presence of Witness: Witness: Witness: Phone/Fax No.: E-mail Address: By: By: By: Federal Tax ID or Social Security No. Partner CORPORATE PRINCIPAL Address: Name of Corporation Phone/Fax No.: E-mail Address: Federal Tax ID Number The undersigned affirms, and it is a condition precedent to acceptance of this bid, that the bidder has not been a party to any agreement to bid a fixed or uniform price. By: Signature of Officer or Authorized Agent (Affix Corporate Seal) Printed Name Title Witness: TU-0953 On-Call Ambulance Services Bid/Price Proposal Form Page 3 of 3

I HEREBY AFFIRM THAT: EXHIBIT B BID/PROPOSAL AFFIDAVIT A. AUTHORIZED REPRESENTATIVE I am the (title) and the duly authorized representative of (business) and that I possess the legal authority to make this Affidavit on behalf of myself and the business for which I am acting. B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its bid on this project, the bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in 19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any otherwise unlawful use of characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the bidder discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder agrees to comply in all respects with the State's Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland. C. AFFIRMATION REGARDING BRIBERY CONVICTIONS I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, 6-220, Annotated COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 1 of 7 Exhibit B

Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): D. AFFIRMATION REGARDING OTHER CONVICTIONS I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies, has: (1) Been convicted under state or federal statute of: (a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or (b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property; (2) Been convicted of any criminal violation of a state or federal antitrust statute; (3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. 1961 et seq., or the Mail Fraud Act, 18 U.S.C. 1341 et seq., for acts in connection with the submission of bids or proposals for a public or private contract; (4) Been convicted of a violation of the State Minority Business Enterprise Law, 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland; (5) Been convicted of a violation of 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland; (6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsections (1) - (5) above; (7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of bids or proposals for a public or private contract; (8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract; or COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 2 of 7 Exhibit B

(9) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in B and C(1) (7) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):. E. AFFIRMATION REGARDING DEBARMENT I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension).. F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES I FURTHER AFFIRM THAT: (1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and (2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):. G. SUB-CONTRACT AFFIRMATION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 3 of 7 Exhibit B

person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction. H. AFFIRMATION REGARDING COLLUSION I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the above business has: (1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted; (2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted. I. FINANCIAL DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT: I am aware of, and the above business will comply with, the provisions of Section 13-221 of the State Finance and Procurement Article of the Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business. J. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION I FURTHER AFFIRM THAT: I am aware of, and the above business will comply with, Election Law Article, 14-101 14-108, Annotated Code of Maryland, which requires that every person that enters into contracts, leases, or other agreements with the State of Maryland, including its agencies or a political subdivision of the State, during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the State Board of Elections 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. K. DRUG AND ALCOHOL FREE WORKPLACE (Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head's designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency's undercover operations.) I CERTIFY THAT: (1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification. (2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall: COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 4 of 7 Exhibit B

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract; (b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions; (c) Prohibit its employees from working under the influence of drugs or alcohol; (d) Not hire or assign to work on the contract anyone whom the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program; (e) Promptly inform the appropriate law enforcement agency of every drugrelated crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred; (f) Establish drug and alcohol abuse awareness programs to inform its employees about: (i) The dangers of drug and alcohol abuse in the workplace; (ii) The business' policy of maintaining a drug and alcohol free workplace; (iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace; (g) Provide all employees engaged in the performance of the contract with a copy of the statement required by J(2)(b), above; (h) Notify its employees in the statement required by J(2)(b), above, that as a condition of continued employment on the contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction; (i) Notify the procurement officer within 10 days after receiving notice under J(2)(h)(ii), above, or otherwise receiving actual notice of a conviction; (j) Within 30 days after receiving notice under J(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 5 of 7 Exhibit B

remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace: (i) Take appropriate personnel action against an employee, up to and including termination; or (ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and (k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of J(2)(a) (j), above. (3) If the business is an individual, the individual shall certify and agree as set forth in J(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract. (4) I acknowledge and agree that: (a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification; (b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and (c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03. L. CERTIFICATION OF CORPORATION REGISTRATION AND TAX PAYMENT I FURTHER AFFIRM THAT: (1) The business named above is a (domestic ) (foreign ) corporation registered in accordance with the Corporations and Associations Article, Annotated Code of Maryland, and that it is in good standing and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation, and that the name and address of its resident agent filed with the State Department of Assessments and Taxation is: Name: Address:. (2) Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement. COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 6 of 7 Exhibit B

M. CONTINGENT FEES I FURTHER AFFIRM THAT: The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract. N. Repealed. O. ACKNOWLEDGEMENT I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and convenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF. Date: By: (Authorized Representative and Affiant) COMAR Title 21 State Procurement Regulations Subtitle 05 PROCUREMENT METHODS 21.05.08.07 Towson University-10/12/07 Page 7 of 7 Exhibit B

EXHIBIT F COMPANY PROFILE COMPANY NAME: DATE OF INCORPORATION: STATE OF INCORPORATION: TYPE OF WORK PERFORMED: NUMBER OF YEARS IN BUSINESS: OTHER OR FORMER NAMES UNDER WHICH YOUR ORGANIZATION HAS OPERATED: TYPE OR ORGANIZATION: (I.E., CORP., PARTNERSHIP, INDIVIDUAL, JOINT VENTURE, OTHER): NAME OF PRINCIPAL(S) AND TITLE(S): BRIEF HISTORY OF COMPANY: TOTAL NUMBER OF EMPLOYEES: NUMBER OF FIELD EMPLOYEES (Excluding Supervisory): NUMBER OF FIELD SUPERVISORY PERSONNEL: NUMBER OF OFFICE PERSONNEL (Excluding Supervisory): NUMBER OF OFFICE SUPERVISORY PERSONNEL: BONDING CO.: BONDING CAPACITY: Exhibit F Page 1 of 1

EXHIBIT G FIRM EXPERIENCE PROPOSER: PROJECT NAME: PROJECT DOLLAR SIZE: START DATE: COMPLETION DATE: CLIENT/CUSTOMER: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: FAX NUMBER: EMAIL: PROJECT MANAGER: BRIEF, BUT DETAILED DESCRIPTION OF THE PROJECT: SIMILARITIES BETWEEN THIS PROJECT AND TU PROJECT: Exhibit G 3/17/03 Page 1 of 1

GENERAL TERMS AND CONDITIONS FOR SIMPLIFIED ACQUISITIONS (not exceeding $100,000) This Addendum sets forth the mandatory terms and conditions required by Towson University and the Procurement Policies and Procedures of the University System of Maryland that by this Addendum are included in the contract attached. The Contractor agrees that the University's acceptance of and payment for the goods and/or services under this contract are conditioned upon the inclusion of the terms and conditions set forth below..01 Incorporation by Reference. All terms and conditions of the solicitation, and any amendments thereto, are made a part of this contract..02 Tax Exemption. The State is generally exempt from federal excise taxes, Maryland sales and use taxes. District of Columbia sales taxes, and transportation taxes. Exemption certificates shall be completed upon request. Where a contractor is required to furnish and install material in the construction or improvement of real property in performance of a contract, the Contractor shall pay the Maryland Sales Tax and the exemption does not apply..03 Scope of Work. The Contractor shall furnish all labor, applicable code and all materials, equipment, supplies or services in order to complete the total work in accordance with the specifications, federal and State laws and regulations..04 Delivery and Acceptance. Delivery shall be made in accordance with the instructions set forth in the contract documents and/or solicitation. The University, in its sole discretion, may extend the time of performance for excusable delays due to unforeseeable causes beyond the Contractor's control. The University unilaterally may order in writing the suspension, delay, or interruption of performance hereunder. The University reserves the right to test any materials, equipment, supplies, or services delivered to determine if the specifications have been met. The materials listed in the bid or proposal shall be delivered FOB the point or points specified prior to or on the date specified in the bid or proposal. Any material that is defective or fails to meet the terms of the solicitation specifications shall be rejected. Rejected materials shall be promptly replaced. The University reserves the right to purchase replacement materials in the open market. Contractors failing to promptly replace materials lawfully rejected shall be liable for any excess price paid for the replacement, plus applicable expenses, if any..05 Non-Hiring of Employees. No employees of the State of Maryland or any department, commission, agency or branch thereof whose duties as such employee include matters relating to or affecting the subject matter of this contract shall, while so employed, become or be an employee of the party or parties hereby contracting with the State or any unit thereof..06 Nondiscrimination in Employment. The Contractor agrees not to discriminate in any manner against an employee or applicant for employment because of race, color, religion, creed, age, sex, marital status, national origin, ancestry, or physical or mental handicap unrelated in nature and extent so as reasonably to preclude the performance of such employment and to post and to cause subcontractors to post in conspicuous places available to employees and applicants for employment, notices setting forth the substance of this clause. Towson University s policies, programs, and activities comply with federal and state laws and University System of Maryland regulations prohibiting discrimination on the basis of race, color, religion, age, national origin, sex, disability, and sexual orientation..07 Financial Disclosure. The Contractor shall comply with State Finance and Procurement Article, 13-221, Annotated Code of Maryland, which requires that every business that enters into contracts, leases or other agreements with the State and receives in the aggregate $100,000 or more during a calendar year shall, within 30 days of the time when the $100,000 is reached, file with the Secretary of State certain specified information to include disclosure of beneficial ownership of the business..08 Political Contribution Disclosure. The Contractor shall comply with the provisions of Article 33, Sections 30-1 through 30-4, Annotated Code of Maryland, which require that every person that enters into contracts, leases, or other agreements with the State of Maryland or a political subdivision of the State, including its agencies, during a calendar year under which the person receives in the aggregate $100,000 or more, shall file with the 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: (a) before a purchase or execution of a lease or contract by the University, a county, an incorporated municipality or their agencies, and shall cover the preceding two calendar years; and (b) if the contribution is made after the execution of a lease or contract, then twice a year, throughout the contract term, on (1) February 5, to cover the six-month period ending January 31; and (2) on August 5, to cover the six-month period ending July 31..09 Anti-Bribery. The Contractor warrants that neither it nor any officer, director or partner, nor any employee involved in obtaining contracts with any public body has been convicted of bribery, attempted bribery or conspiracy to bribe, nor has engaged in conduct since July 1, 1977, which would constitute bribery, attempted bribery, or conspiracy to bribe under the laws of any state or the federal government..10 Registration. Pursuant to 7-201 et seq of the Corporations and Associations Article of the Annotated Code of Maryland, corporations not incorporated in the State shall be registered with the State Department of Assessments and Taxation, 301 West Preston St., Baltimore, Maryland 21201, before doing any interstate or foreign business in this State. Before doing any intrastate business in this State, a foreign corporation shall qualify with the Department of Assessments and Taxation..11 Contingent Fees. The Contractor warrants that it has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee or agent working for the Contractor, to solicit or secure this agreement, and that it has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee or agent, any fee or any other consideration contingent on the making of this agreement..12 EPA Compliance. Materials, supplies, equipment, or services shall comply in all respects with the Federal Noise Control Act of 1972, where applicable..13 Occupational Safety and Health Act (O.S.H.A.). All materials, supplies, equipment, or services supplied as a result of this contract shall comply with the applicable U.S. and Maryland Occupational Safety and Health Act standards. General Terms & Conditions for Simplified Acquisitions-4/6/05 Page 1 of 3