VIA emaryland Marketplace email



Similar documents
Small Business Reserve Program

DHMH Maryland Department of Health and Mental Hygiene

Invitation for Bid. For. Bank Courier Services

STATE OF MARYLAND BOARD OF PUBLIC WORKS REQUEST FOR PROPOSALS

NORTH COUNTY TRANSIT DISTRICT

Within the context of this policy, the following definitions apply:

Warner Robins Housing Authority

TOWN OF SCITUATE MASSACHUSETTS

2 nd Notice AHCCCS Insurance Requirements ACTION REQUIRED September 29, 2014 Page 1 of 5

14RFP00721B-WL, Small Business Market Availability Study

REQUEST FOR PROPOSALS

Warner Robins Housing Authority

Minority and Small Business Enterprises. Contracting Process

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number

PLEASE READ CAREFULLY BEFORE PROCEEDING FURTHER

Solicitation Addendum

EXHIBIT B. Insurance Requirements for Construction Contracts

INSURANCE REQUIREMENTS FOR VENDORS

Drug- and Alcohol-Related Intoxication Deaths in Maryland, 2014

ATLANTA PUBLIC SCHOOLS

Sludge Hauling Services

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

GENERAL: All applicants must have passed the NBCE Examination with scores as follows: PART I.375 Part II..375 Part III.375 Part IV.375 P.T.

Department of Purchasing & Contract Compliance

C. La Plata County is exempt from all state taxation including state sales and use tax.

Insurance Requirements for Contractors (Without Construction Risks)

LOCUM TENENS SERVICES

GRANTS & PROCUREMENT How They Work Together

Stephenson County, Illinois

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

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

K YROUS R EALTY G ROUP, I NC.

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

EXHIBIT G INSURANCE REQUIREMENTS

CITY OF LEAWOOD. Independent Contractor Agreement

REQUEST FOR PROPOSALS. Maximization of Third-Party Liability Recoveries for the State of Maryland

MARYLAND PERSONAL AUTO SUPPLEMENT

AGREEMENT BETWEEN THE DELAWARE RIVER BASIN COMMISSION AND FOR

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

COC-Insurance Requirements Page 1 of 9

#5 Independent Contractor Form - With Insurance With Bonds

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

Warner Robins Housing Authority

Insurance & Bonding Requirements. Eastside Trail Extension

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

TOWN OF GLASTONBURY PROFESSIONAL SERVICES PROCUREMENT NOTICE REQUEST FOR PROPOSAL MERCHANT PAYMENT PROCESSING SERVICES RPGL #

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

Pre-Proposal Conference. DoIT Cloud Hosting & Web Shared Services. RFP # F50B Conference Room 164 A&B 45 Calvert Street Annapolis, MD 21401

Exhibit 1 to Part 3 Project-Specific Terms

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

UNM PURCHASING DEPARTMENT INSURANCE GUIDELINES

domicile, including but not limited to Personal Injury Protection (PIP) and Personal Property insurance (PPI), must be carried.

Attachment A Terms and Conditions RFX No TITLE: Quality Control Standards DHH Office of Public Health

DEPARTMENT OF BUDGET & MANAGEMENT

EXHIBIT D INSURANCE REQUIREMENTS

Invitation for Bids. For. Solarwinds Software Modules IFB 15-86

STATE OF MARYLAND BALTIMORE CITY COMMUNITY COLLEGE. INVITATION TO BID PROVIDE ON-CALL PRINTER REPAIR SERVICES at Baltimore City Community College

MEDICAL CAPTIVE INSURANCE COMPANY PROCUREMENT POLICIES AND PROCEDURES

Attachment 04 Contractor s Insurance Requirements

Attachment 4. Contractor Insurance Requirements

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

WASHINGTON SUBURBAN SANITARY COMMISSION

STATE OF MARYLAND MARYLAND JUDICIARY ADMINISTRATIVE OFFICE OF THE COURTS (AOC) REQUEST FOR PROPOSALS (RFP)

Attachment A Terms and Conditions

Exhibit 1 to Part 3 Project-Specific Terms

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

Vendor Insurance Requirements Revised

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

COMMUNICATION AND INQUIRIES

Request for Statements of Qualifications # for Electric Motor Repair

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

2012 Wireless Clock System/Installation Bid Wyoming Junior High School Wrenwood Wyoming, MI 49519

SUBCHAPTER E GENERAL CONTRACTING REQUIREMENTS PART 828 BONDS AND INSURANCE

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

ATTACHMENT A CONTRACT

B. Capital Improvement Program (CIP) All capital improvement projects listed as part of the Board s annual approved capital budget.

Attachment D. Insurance

Borough of Jamesburg

CHANGE NOTICE NO. 1 to CONTRACT NO. 071B Between THE STATE OF MICHIGAN and CONTRACT SUMMARY:

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

Company Name: Order Address:

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

ADDENDUM TO: REQUEST FOR PROPOSAL (RFP) COMPUTER AIDED DISPATCH/RECORDS MANAGEMENT SYSTEM (CAD/RMS)

HAMILTON COUNTY SCHOOL DISTRICT

INDEPENDENT CONTRACTORS AGREEMENT

Extralegal Truck Permit Insurance Requirements

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

INDEPENDENT CONTRACTOR AGREEMENT - OR -

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

Suppliers Brochure. The Commonwealth of Pennsylvania Department of General Services Bureau of Procurement COSTARS Program.

Unity Community Center Metal Roof Installation. Request for Bids

Honeywell Energy Services Group

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

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

THIS IS NOT AN ORDER INVITATION TO QUOTE (ITQ) ITQ NO.: IQ9800-0/20 GOLF BALL RETRIEVAL SERVICES

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

Village of Nakusp RFQ Source Protection Plan

INVITATION TO BID. Contractor Services Associated with:

Transcription:

STATE OF MARYLAND DHMH Maryland Department of Health and Mental Hygiene Larry Hogan, Governor - Boyd Rutherford, Lt. Governor - Van Mitchell, Secretary September 9, 2015 VIA emaryland Marketplace email INVITATION FOR BIDS DHMH/Office of the Chief Medical Examiners Janitorial Services at OCME IDENTIFIER # 16-15748 Issued: September 9, 2015 All persons who are known by the Issuing Office to have received the above-referenced IFB are hereby advised of the following revisions: Section 1.44 now read: This solicitation is not designated a Small Business Reserve (SBR) Procurement Section 1.44 should read: This solicitation is designated as a Small business Reserve (SBR) Procurement. Section 3.4.1 3.4.5 Insurance Requirements is revised to: 3.4.1 The Contractor shall maintain Commercial General Liability Insurance with limits sufficient to cover losses resulting from, or arising out of, Contractor action or inaction in the performance of the Contract by the Contractor, its agents, servants, employees, or subcontractors, but no less than a Combined Single Limit for Bodily Injury, Property Damage, and Personal and Advertising Injury Liability of $1,000,000 per occurrence and $3,000,000 aggregate.

3.4.2 The Contractor shall maintain Errors and Omissions/Professional Liability insurance with minimum limits of $1,000,000 per occurrence. 3.4.3 The Contractor shall maintain Automobile and/or Commercial Truck Insurance as appropriate with Liability, Collision, and PIP limits no less than those required by the State where the vehicle(s) is registered, but in no case less than those required by the State of Maryland. 3.4.4 The Contractor shall maintain Employee Theft Insurance with minimum limits of $1,000,000 per occurrence. 3.4.5 Within five (5) Business Days of recommendation for Contract award, the Contractor shall provide the Contract Monitor with current certificates of insurance, and shall update such certificates periodically, but no less than annually in multi-year contracts, as directed by the Contract Monitor. Such copy of the Contractor s current certificate of insurance shall contain at minimum the following: Section 3.4.1 3.4.5 Insurance Requirements is revised to: 3.4.1 The Contractor shall maintain Commercial General Liability Insurance with limits sufficient to cover losses resulting from, or arising out of, Contractor action or inaction in the performance of the Contract by the Contractor, its agents, servants, employees, or subcontractors, but no less than a Combined Single Limit for Bodily Injury, Property Damage, and Personal and Advertising Injury Liability of $100,000.00 per occurrence and $100,000.00 aggregate. 3.4.2 The Contractor shall maintain Errors and Omissions/Professional Liability insurance with minimum limits of $100,000.00 per occurrence. 3.4.3 The Contractor shall maintain Automobile and/or Commercial Truck Insurance as appropriate with Liability, Collision, and PIP limits no less than those required by the State where the vehicle(s) is registered, but in no case less than those required by the State of Maryland. 3.4.4 The Contractor shall maintain Employee Theft Insurance with minimum limits of $100,000.00 per occurrence. 3.4.5 Within five (5) Business Days of recommendation for Contract award, the Contractor shall provide the Contract Monitor with current certificates of insurance, and shall update such certificates periodically, but no less than annually in multi-year contracts, as directed by the Contract Monitor. Such copy of the Contractor s current certificate of insurance shall contain at minimum the following: All other terms and conditions remain unchanged. This Addendum is issued under the authority of State Procurement Regulations, COMAR 21.05.02.08 and with the approval of the Procurement Officer DHMH.

9/9/15 Date Procurement Officer, OPASS

Page 2 16-15748 Upon receipt, please return the addendum acknowledgement via fax, e-mail or hardcopy to: DHMH/OPASS 201 West Preston Street Baltimore, MD 21201 Fax #: 410-333-5958

Page 3 16-15748 ADDENDUM ACKNOWLEDGEMENT I acknowledge receipt of to IFB 16-15748 titled Janitorial Services at OCME dated Augustn28, 2015. Vendor s Name Authorized Signatory (Print/Type) Signature Date