Small Business Reserve Procurement
Procurement
Procurement Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/procurement
NOTICE TO BIDDERS
SMALL BUSINESS RESERVE PROCUREMENT
This is a Small Business Reserve Procurement for which award will be limited to Certified Small Business vendors.
Only businesses that meet the statutory requirements set forth in State Finance and Procurement Article, §§ 14-501 -
14-505, Annotated Code of Maryland, and who are registered with the Department of General Services Small Business
Reserve Program are eligible for award of a contract.
For the purposes of a Small Business Reserve Procurement, a small business is a business, other than a broker, that
meets the following criteria:
The business is independently owned and operated;
The business is not a subsidiary of another business;
The business is not dominant in its field of operation;
The wholesale operations of the business did not employ more than 50 persons, and the gross sales of
the business did not exceed an average of $4,000,000 in its most recently completed 3 fiscal years;*
The retail operations of the business did not employ more than 25 persons, and the gross sales of the
business did not exceed an average of $3,000,000 in its most recently completed 3 fiscal years;*
The manufacturing operations of the business did not employ more than 100 persons, and the gross sales
of the business did not exceed an average of $2,000,000 in its most recently completed 3 fiscal years;*
The service operations of the business did not employ more than 100 persons, and the gross sales of the
business did not exceed an average of $10,000,000 in its most recently completed 3 fiscal years;* and
The construction operations of the business did not employ more than 50 persons, and the gross sales of
the business did not exceed an average of $7,000,000 in its most recently completed 3 fiscal years.*
The architectural and engineering services of the business did not employ more than 100 persons and
the gross sales of the business did not exceed an average of $4,500,000 in its most recently completed 3
fiscal years.
*If a business has not existed for three years, the gross sales average shall be the average for each year or part of
a year during which the business has been in existence.
Further information on the certification/registration process is available at e-Maryland Marketplace Advantage.
Competitive Simplified Procurement
Procurement
TU-2024-SBR On-Call Power Washing - towson.edu/procurement
Page | 1
9/5/19
PROJECT TITLE: On-Call Power Washing
PROJECT NO.: TU-2024-SBR
DESCRIPTION: Towson University is seeking qualified contractors to provide all supervision, labor,
equipment and materials to perform on-call power washing services for exterior surfaces of all current and
future University buildings.
SCHEDULE: One year from date of award with three (3) one-year options.
PRE-BID/PROPOSAL CONFERENCE: 9/11/19 @ 10:00 AM, Room 408
Administration Building, 7720 York Rd.
If you wish to request an ADA accommodation, please telephone (410) 704-2171.
DEADLINE FOR QUESTIONS: 9/18/19 @ 4:30 PM
BID DUE NO LATER THAN: 9/25/19 @ 2:00 PM. Late bids, late requests for modification, or requests for
withdrawal will not be considered
Issuing Office (mailing address):
Procurement Department
Towson University
8000 York Road
Towson, MD 21252
Procurement Department
Towson University
7720 York Road, 4
th
Floor
Towson, MD 21204
DIRECT QUESTIONS TO: Wendy Childs, Procurement Officer Representative, via email:
WChilds@towson.edu or by Phone: (410) 704-3486.
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 responsible bidder who submits the responsive bid determined
to be most advantageous to the University.
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. Long- and 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
https://www.towson.edu/parking/visitors/ for permit rates and information to support preparation of Bid/Price
Proposal. Parking Transportation phone: (410) 704-7275. NOTE: Include parking fees in Bid/Price Proposal.
SMOKING: Smoking, defined as the burning of tobacco or any other material in any type of smoking equipment,
including but not restricted to cigarettes, cigars or pipes, is prohibited on all property owned, leased or operated
by the University. This consists of all buildings, including residence halls, leased restaurants and lodging
facilities; all grounds, including exterior open spaces, parking lots and garages, on-campus sidewalks, streets,
driveways, stadiums, recreational spaces and practice facilities; and in all University-owned or leased vehicles.
The policy applies to all individuals on the University campus, including faculty, staff, students, parents, vendors
and visitors. Contractor and its employees and subcontractors who violate the policy may be denied access to
the University campus.
TU-2024-SBR On-Call Power Washing - towson.edu/procurement
Page | 2
INSURANCE: Upon award, successful Bidder must submit proof of automobile bodily injury liability insurance
with limits of not less than $1,000,000 per person and $2,000,000 per accident, and property damage liability
insurance with a limit of not less than $2,000,000 for each accident. Proof of workers compensation and
commercial general liability coverage must also be provided. Information must be on ACORD certificate or
company letterhead bearing signature of a company official, and include the carrier’s and agent’s names, policy
number, effective date, and coverage amount, naming Towson University as additional insured.
RESERVATIONS: The University reserves the right to reject any or all bids, award the contract in whole or in
part, or to make no award, as its best interests may require.
MINORITY BUSINESSES ARE ENCOURAGED TO RESPOND
INCLUDED IN BID PACKAGE:
Specifications
Attachment A-1 Building List
Attachment A-2 – Pre-Use Approval Form doe New Chemicals or Products
Bid/Price Proposal Form
Exhibit A-1 EH&S Requirements
Exhibit A-2 Required Contract Provisions for Construction & Maintenance
Exhibit B Bid/Proposal Affidavit
Exhibit C Contract Affidavit
Exhibit F Company Profile
Exhibit G Firm Experience
Exhibit K Addenda Acknowledgement
BID SUBMITTALS: The following items shall be submitted:
Bid/Price Proposal Form
Equipment List
Exhibit B
Exhibit F
Exhibit G - Duplicate as necessary to furnish references for no less than three (3) comparable projects
completed within the past five (5) years, or currently underway.
Exhibit K (if applicable)
Prices quoted are valid for 90 days unless otherwise noted.
SUBMIT BIDS VIA FAX, REGULAR MAIL, E-MAIL OR HAND DELIVER (choose one method only):
Fax - 410-704-8233, Attention to Victoria Nellis
Hand Deliver (or use a courier) to the *Campus Office Location, or mail to the Issuing Office Location (you
must 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.
Electronic Submittal submit via e-mail as an attachment by the bid due date and time. The e-mail
address in which to submit the bid is bids@towson.edu
. This e-mail address is for the receipt and storage
of authorized Bids ONLY. It is not monitored for any other type of correspondence. All other
correspondence should be directed to the appropriate procurement representative per the instructions
contained in this document. The project name and number must appear in subject line of email along
with your company name.
ON-CALL POWER WASHING
TU-2024-SBR
SPECIFICATIONS
I. SCOPE
TU is seeking contractors to provide all supervision, labor, equipment and supplies to perform
On-Call power washing services for the exterior surfaces of all current and future buildings
located on the campus of Towson University. The buildings consist of academic, administrative,
auxiliary, and residence facilities as well as parking garages. Refer to Attachment A-1 for
Building lists. All services shall be performed in accordance with all local, state and federal
regulations and procedures.
The Contractor(s) shall have equipment and employees trained to operate commercial grade,
mobile, hot and cold water, pressure washing equipment, including deep cleaning and
degreasing scrubbers. The equipment shall be capable of removing environmental aging, chalk,
beverage stains, fluid stains, gum, grease and oil. Cleaning agents shall be bio-degradable and
environmentally safe. The Contractor(s) shall have water reclamation equipment and portable
barriers for containment to prevent spillage into storm drains and/or waterways. Hazardous
materials, oils, greases or other petroleum products shall not be discharged to the campus
sanitary or storm water sewer systems. Collected waste water containing hazardous materials,
oil, grease or other petroleum products shall be transported off-campus for treatment and
disposal. Refer to
06-20.00 University Policy on Stormwater Illicit Discharge Detection and
Elimination.
II. GENERAL INFORMATION
A. It is the University’s intention to make award to two (2) power washing contractors as a
result of this solicitation.
B. Work Initiation Conference
Prior to the beginning of any work, a Work Initiation Conference will be held between the
University and the Contractor. The Contractor is required to have proper representation at
the conference. Items to be discussed include:
Contractor requirements
1. Projected Schedules
2. Administrative Procedures; and
3. Location of buildings
C. Payment/Invoices
Payments less than $5,000 shall be made via the Procurement Card, a change order to the
PO will be made for any task order greater than $5,000. All invoices shall be submitted to
the Accounts Payable Department as instructed on the Purchase Order. All invoices must
clearly state;
1. Purchase Order Number;
2. Start and completion date of service;
3. Areas/building(s) where service performed;
4. Approval signature;
5. Contractor Federal Tax I.D. Number
D. The University reserves the right to direct the Contractor to remove an employee from
campus without cause.
III. CONTRACT PERIOD
The period of this contract shall be for one base year from date of award, with the University
reserving the right to exercise at its sole option three one-year renewal options. The total
duration of the contract shall not exceed four years.
If exercised, prices for the option years shall be adjusted up or down by the percentage change
of the Consumer Price Index for All Urban Consumers (CPI-U) US City average, all items, as
published by the Federal Government for the latest available twelve-month period at time of
renewal. Annual adjustments shall not exceed 3%.
IV. HOURS OF OPERATION
In most circumstances work shall be performed between the hours of 7:00 a.m. and 3:30 p.m.,
Monday through Friday. However, the University reserves the right to schedule the work for
any time, including evenings and weekends based upon the University’s needs. The University
shall give sufficient notification to the Contractor for such scheduling.
V. OPERATING SPECIFICATIONS
The work shall be handled as maintenance projects developed on the following basis:
A. Projects under $25K: The University may elect to rotate among the on-call power washing
contractors on projects that are under $25K each. Such projects will require a not-to-exceed
price developed as described in C. below.
B. Projects over $25K
1. When a work request is received the Office of Facilities Management (OFM) will
prepare a written scope (specifications and/or drawings on which specifications
noted) of work on each project inclusive of time frame/schedule; and conduct a
site visit with all power washing contractors.
2. Each power washing contractor will provide to OFM a not-to-exceed price based
on the rates quoted on their Bid/Price Worksheet and a statement as to the
proposed time frame to complete the work. If applicable, the power washing
contractors shall provide a list of proposed subcontractors for the University’s
review and approval, and the name of the supervisor to be assigned.
3. OFM will select the contractor whose not-to-exceed price and time frame best
serves the University’s interest and meets all University requirements. At that
time, OFM will submit a requisition and subsequently a Purchase Order will be
sent to the power washing contractor.
4. In no instance will a project cost the University more than the not-to exceed
price. If additional scope is added to a project, the not-to exceed price shall be
revised by the on-call power washing contractor and reapproved by the
University. The power washing contractor shall be responsible for any costs in
excess of the University approved NTE price.
C. Lump Sum Bid: At the sole discretion of the University, projects done under this contract
may be competitively bid amongst all available power washing contractors for a firm fix
lump sum price. If a project is done under this method, the successful power washing
contractor shall provide a schedule of values on which its progress payments will be based.
D. Areas to be cleaned include, but are not limited to: high elevated vertical and horizontal
walls, dumpster areas, sidewalks, patios, pavers, curbs, gum and graffiti removal.
E. Annually power wash one of the four garages on a rotation schedule, this includes lot
surfaces, stairwell treads, risers and landings.
F. Plants, property and equipment that could be damaged in the work area shall be covered
before work begins.
G. The Contractor shall keep the premises free from waste material or rubbish while work is
in progress. All waste shall be disposed of in the designated open top container located
behind the General Services Building. At completion of the work, the Contractor shall
remove, from and about the premises all rubbish, tools and surplus materials used for work.
H. All communications on projects shall be directed to the Project Manager only. No
instructions, directions, or information shall be provided to the Contractor by any other
University personnel.
VI. REQUIREMENTS
A. All cleaning chemicals shall be reviewed and approved in advance by the Towson
University Environmental Health & Safety Department (EHS) at least five (5) days prior to
each project start date. The Contractor shall submit a complete list of all chemicals or
chemical products, and copies of the manufacturer's Material Safety Data Sheets (MSDS), to
the Environmental Health & Safety Department. Please Refer to Attachment A-2 Pre-Use
Approval Form for New Chemicals or Products, for detailed instructions. This
attachment is not to be submitted with the bid package.
B. Any Contractor found to be using unauthorized cleaning chemicals shall be found in
violation of this Contract. Any environmental fines or penalties resulting from the use of
non-approved cleaning chemicals shall be the Contractor’s responsibility.
C. All services shall be provided by personnel employed directly by the Contractor.
Subcontracting shall only be permitted upon the approval of the University.
D. Access routes, entrance gates, parking and storage areas, etc., shall be as directed by the
University. The Contractor shall conduct all operations in strict observation of the access
routes and other areas established in these specifications. Observance shall include any
imposed time limitations.
E. Contractor employees shall be dressed in distinguishable uniforms with the company logo
on the shirt. Contractor employees shall display identification at all times. Contractor
vehicles and mobile equipment shall be identified with the Contractor name displayed in a
visible manner.
VII. EQUIPMENT
Bidders shall submit a list of equipment to be used in this contract (see Bid Submittal
requirements). The equipment list shall at a minimum contain self-contained, commercial-
grade, mobile, power washing system regulated for hot and cold water pressure cleaning with
the following minimum specifications:
8 GPM@ 3000 PSI w/adjustable regulator (one operator)
4 GPM @ 3000 PSI w/adjustable regulator (two operators)
200 Degree F. Adjustable hot water temperature control
250 gallon water tank
Rotary floor cleaners/scrubbers for deep cleaning w/vacuum hook-up
Pressure Brooms
Water recovery system
200 ft. pressure hose
Adjustable soap control
Note: Portable power washers shall not be permitted to connect to University water
systems. On campus refilling of self-contained pressure washing equipment shall be pre-
approved and coordinated with the University‘s Project Manager. Contractor shall supply
the refilling hose equipped with a back flow preventer
VIII. MATERIAL COSTS
A. Material and equipment rental costs that are reimbursed to the Contractor as a "task order
cost" shall be based on the cost of materials and equipment rental to the Contractor from
his usual sources of supply with all usual trade practice discounts deducted. The mark-up
for material, combined overhead and profit, shall not exceed 10% of material costs.
Equipment such as rental of a mechanical lift or scaffold is required, the Contractor shall be
allowed to charge the University for the rental fee plus up to 10% mark-up.
B. The Contractor shall make every effort to obtain materials and equipment rentals at the
least cost possible. Material and equipment rental costs shall include sales taxes or other
taxes to which materials furnished under the Contract are subject by law. There shall be no
mark-up on tax.
C. "Task order cost" for materials and equipment rental shall include only materials and
equipment incorporated in or consumed by the work or materials surplus to the project
needs, which may be approved for retention by the University.
D. Material from Contractor’s Stock:
1. Material taken from the Contractor’s stock shall be billed at the current market
replacement costs as delivered to the Contractor, plus the Contractors mark-up for
materials.
Note that a special fee or merchandising fee for material taken from stock is
not allowed under this contract. Market quotations, invoices or other suitable
evidence from wholesalers, distributors, jobbers of the articles or materials so
furnished shall be submitted by the Contractor as proof of replacement cost.
E. OWNER’S RIGHT TO FURNISH MATERIAL AND EQUIPMENT: The Owner reserves the
right to purchase material, equipment, or job required merchandise, or to furnish such items
from stock.
Attachment A-1 Building Lists
A. Academic and Administrative Facilities
7400 York Road
College of Liberal Arts
Hawkins Hall
Public Safety
Building
Van Bokkelen
Hall
7800 York Road
Cook Library
Landscape
Services
Psychology Building
Ward West
Building
Administration
Building
Dowell Health Center
Lecture Hall
Smith Hall
Auburn House
Enrollment Services
Linthicum Hall
Stephens Annex
Burdick Hall
General Services
Media Center
Stephens Hall
Center for the Arts Glen Esk Power Plant Towson Center
B. Auxiliary Facilities
Childcare Center
Newell Dining
Softball Field
Unitas Stadium
Field House
S. Campus Pavilion
Towson Town Garage (1501
space)
University Union
Glen Dining
Schuerholz Complex
Transportation Annex
W. Village Commons
Glen Garage (1100
space) SECU Arena Union Garage (997 space)
W. Village Garage (1511
space)
C. Housing and Residential Life Facilities
10 West
Glen Tower B
Prettyman Hall
Barton House
Glen Tower C
Residence Tower
Carrol Hall
Glen Tower D
Richmond Hall
Douglass Hall
Marshall Hall
Towson Run
Glen Tower A
Newell Hall
Scarborough Hall
Environmental Health and Safety
Pre-Use Approval Form for New Chemicals or Products
EH&S Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2949 - towson.edu/ehs
Submit this completed form for each new chemical or product proposed for use on the Towson University
campus at least 5-business days in advance to:
Towson University
Environmental Health & Safety
8000 York Road
Towson, Maryland 21252-0001
Environmental Health & Safety (EHS) has the responsibility for maintaining University compliance with all
County, State and Federal environmental regulations and permits and approves all contractor chemicals
used on campus.
In general, corrosive (pH<6.0 or >10.0) chemicals or products with the potential for discharge via the
campus sanitary or stormwater sewer systems are prohibited for use on campus and will not be approved
for use on campus. In special situations, written restricted approval may be given by EHS on a case-by-case
basis.
Use this form prior to accepting any new materials or chemicals on-site. A complete and legible copy of the
MSDS for the chemical or product must be attached to this form. DO NOT purchase or bring the new
proposed chemical or product on-campus prior to EHS approval.
1. What is the nature and intended use of the new product?
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
2. What is the pH of the product? __________
3. Is the product flammable? Yes _____ No_____
4. Does the product contain any hazardous (SARA Title III) chemicals described on the MSDS? If
so, please list the chemicals.
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
EH&S Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2949 - towson.edu/ehs
5. Does the product contain any chemicals that are considered acutely hazardous or
carcinogenic? If so, please list the chemicals.
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
6. Will this product be replacing a currently used product? YES_____ NO_____
a. If YES, please list the currently used product that will be replaced.
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
7. If this product is to replace a currently used product, is it less hazardous (corrosive, flammable,
toxic, etc.) then the product it is replacing? YES_____ NO_____
a. If not, why is it replacing the currently used product?
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
8. If this product is hazardous (corrosive, flammable, toxic, etc.) and is not replacing a currently
used product, have you checked with suppliers to see if there are any other less hazardous
products which can possibly be used in its place?
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
9. Where will the new product be used on campus? (Be specific as possible)
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
10. How long will the chemical or product be used on campus?
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
EH&S Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2949 - towson.edu/ehs
11. Name of Person Submitting Form: _____________________________ Date: ____________
Company:
___________________________________________________________________________
Email Address of Person Submitting Form:
__________________________________________________________________________
Telephone Number of Person Submitting Form: ___________________________________
For EHS Use Only
Reviewed by: _____________________________ Date: __________
APPROVED NOT APPROVED
Comments:
________________________________________________________________
________________________________________________________________
________________________________________________________________
________________________________________________________________
________________________________________________________________
___________
EH&S Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2949 - towson.edu/ehs
Chemical Information List
Company Name: Workplace Location:
Business Address:
Contact Person: Telephone Number:
Tittle: Date of Preparation:
Common Name: Chemical Names: Work Area:
Date Added
to the List:
Bid/Price Proposal Form
Procurement
Procurement Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/procurement
Page 1 of 2
Bidder’s Name:
Project Title: On-Call Power Washing
Project Number: TU-2024-SBR
Failure to properly complete each blank may be cause for rejection of this proposal.
Having carefully examined 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 said documents for the entire work, all in strict accordance with the Contract Documents, for the sum of:
Total Cost of Project:
Base Bid:
Words
Base Bid: $
Numbers
Bids judged to be unbalanced or bids which contain exorbitant pricing may be rejected as non-responsive.
DESCRIPTION UNIT PRICE EST. ANNUAL
QUANTITY
TOTAL
Power Washing Flat Surfaces $ /sq. ft. x 110,000 /sq. ft. =
Power Washing Vertical Surfaces
up to 12 feet
$ /sq. ft. x 26,000 /sq. ft. =
Power Washing Vertical Surfaces
above 12 feet
$ /sq. ft. x 9,000 /sq. ft. =
TOTAL BASE BID =
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 (if applicable) Date Issued
Place of Issuance
Procurement Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/procurement
Page 2 of 2
Minority Business Enterprises: The undersigned certifies that the Bidder (check applicable box):
Is NOT a Certified Minority Business Enterprise
Is a Minority Business Enterprise, certified by the Maryland Department of Transportation, and assigned the
following certification 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.
Firm Name: ________________________________________________________________________________________
Address: __________________________________________________________________________________________
Phone/Fax No.: ________________________________ E-mail Address: _______________________________________
Federal Tax ID or Social Security No.: ___________________________________________________________________
Signature of Officer or Authorized Agent (Affix Corporate Seal): _______________________________________________
Printed Name: ______________________________________________________________________________________
Title: _____________________________________________________________________________________________
Witness: __________________________________________________________________________________________
Exhibit A-1
Environmental Health & Safety Requirements
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
The Contractor must contact the TU's Department of
Environmental Health and Safety (EHS) (410-704-2949)
immediately following any spill of a hazardous material in
excess of one (1) quart.
1.
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 US and
Maryland Occupational Safety and Health Act standards.
2.
Hazard Communication Standard
The Contractor will be responsible for advising all of its
employees of their rights under the University's Hazard
Communication Program, or more commonly referred to as
the Right To Know (RTK) Program. The University will supply
the vendor with sufficient copies of its Employee Safety
Program (ESP) booklet which outlines this program. Each and
every Contractor who physically works on campus shall be
required to sign a form acknowledging the receipt of the ESP
booklet and their rights/responsibilities pursuant to this
program. The University's Department of Environmental
Health and Safety is responsible for administering the RTK
program and will handle all information regarding this
program. Failure to adhere to the requirements of the RTK
Program may result in implementation of punitive action such
as the cancellation of the contract(s).
Pursuant to the provisions of the RTK Program, the Contractor
will be responsible for the following:
a.
Submission to the Contract Services Office and EHS of a
complete list of all chemicals or chemical products to be used
on the University's property. This listing shall include the
chemical name, common name, manufacturer's name,
quantity and location (building and room number) for each
product. This listing shall be given to EHS by no later than two
(2) weeks prior to the start of any work under this contract.
Changes, additions, or deletions to the complete campus
chemical list must be submitted in writing five (5) working
days prior to the actual change occurring. All proposed
changes must be approved in writing by EHS prior to the
actual use of the new product on campus.
b.
Submission to the Contract Services Office and EHS of
the manufacturer's Material Safety Data Sheet (MSDS) for all
chemicals or chemical products to be used or in use at the
University. These MSDS must be delivered, no later than two
(2) weeks prior to the start of any work under this contract.
There must be a MSDS for every product in use or present on
the campus unless exempted in writing by EHS. MSDS's for
any changes or additions to the complete campus chemical list
must be submitted five (5) working days prior to the actual
change occurring. All proposed changes must be approved in
writing by EHS prior to the actual use of the new product on
campus. The University, through EHS, reserves the right to
order a change in the use, storage, or method of handling of
any chemical/chemical product that it feels poses an
unreasonable hazard to the University's community.
NOTE: In the absence of the original manufacturer's MSDS,
EHS will accept a generic equivalent as long as a letter from
the Contractor stating that the original is not available is
attached.
c.
The Contractor must warrant in writing to Towson
University’s Contract Administrator that all employees have
been trained and will continue to be trained in the proper and
safe storage, handling, use and disposal of all
chemicals/chemical products in use.
d.
The Contractor agrees to obey and follow all local, state,
and federal regulations regarding the storage, handling, use
and disposal of all chemicals/chemical products. The
Contractor agrees to properly dispose of all regulated waste in
accordance with all applicable regulations and to make
available to EHS all records necessary to support such activity.
3.
Asbestos
The Contractor is responsible for training and equipping all
personnel concerning work in asbestos environments as
applicable. They must be trained as prescribed by COMAR
26.11.21. All new employees must be trained within 30 days
after they are hired by the Contractor. This is to be
accomplished at no additional cost to this contract or the
University. An initial report on all employees as to their
asbestos training will be presented to the Contract
Administrator within the first 90 days of the Contract and
updated on a monthly basis. Thereafter, failure to comply with
this requirement would place the Contractor in default status.
4.
Lead Paint
The Contractor is responsible for training and equipping all
personnel concerning work in lead paint containing
environments as applicable. Employees must be trained as
required within 60 days of contract commencement and all
new employees must be trained within 30 days after they are
hired by the Contractor. This training will be provided by the
Contractor at no additional cost to this contract or the
University. An initial report on all employees as to their lead
paint training will be presented to the Contract Administrator
within the first 90 days of the contract and updated on a
monthly basis. Thereafter, failure to comply with this
requirement would place the Contractor in default status.
5.
Fire Safety
The Contractor agrees to comply with and follow all local,
state, federal and University regulations regarding fire safety.
It is the Contractor's sole responsibility to become familiar
with all of the applicable regulations and policies. Copies of the
University's policies and procedures are available from EHS.
The Contractor will be responsible for the following:
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
a.
To provide all of its employees with sufficient training to
ensure that they are fully aware of all pertinent regulations and
policies in effect regarding fire safety.
b.
To ensure that all of its employees are aware of and react
to the University's Emergency Procedures including, but not
limited to, fire drills and evacuations. All employees must be
instructed on the proper personnel to call to report an
emergency.
c.
All portable electrical devices including extension cords
should be disconnected at the completion of the work
assigned. All electrical equipment must be approved by
Underwriters Laboratory and maintained in good working
order. Under no circumstances shall damaged electrical
equipment be utilized on this campus.
d.
After pulling the fire alarm, evacuate the building to a
safe location and contact the University Police by dialing
extension 42133 immediately. If using a pay phone, dial 911
direct.
e.
SMOKING IS NOT ALLOWED IN ANY OF THE
BUILDINGS. Any employee of the Contractor, who wishes to
smoke during a designated break, must do so outside.
The Contractor is responsible for fully complying with TU Hot
Works Permitting Program. A Hot Works Permit is required
any time a Contractor is doing any work on campus involving
an actual or potential source of ignition (e.g., arc or gas
welding, torch cutting, brazing, open flame soldering,
grinding, fired space heaters, etc.); or may potentially cause the
activation of a building fire alarm system; or may cause
building occupants to notify emergency response agencies
about the smell of smoke, heat, etc.
Hot Works Permits are issued prior to the start of the work by
EHS at 410-704-2949.
The Contractor assumes all responsibility for any work delays
associated with noncompliance with the Hot Works Permit
Program.
6.
Bloodborne Pathogens
The Contractor will be responsible for providing the required
training dealing with occupational exposure to bloodborne
pathogens. Employees who have received this training may be
required to perform services in areas where they may be at
risk of exposure to blood or other potentially infectious
materials. Some responsibilities will include collection of
domestic trash in areas that generate special medical waste,
regular cleaning in these areas and spill response for accidents
that occur on campus that involve blood. Employees must be
informed on the potential hazards present in these areas and
the proper protective measures that can be taken to prevent
exposure. EHS is available to provide more information
concerning the areas on campus where personnel are at risk
of exposure.
7.
Confined Space Entry
The Contractor agrees to comply with all local, state and
federal regulations pertaining to the entry into confined
spaces. The Contractor is responsible for contacting the TU's
Contract Services Manager in the Department of Facilities
Management for the location of all campus-confined spaces
and for identifying any confined space hazards prior to entry
into a confined space. The Contractor is responsible for
ensuring his/her workers and Subcontractors are adequately
trained in confined space entry procedures in accordance with
OSHA 1910.146, Permit Required Confined Spaces for General
Industry.
The Contractor will provide the Contract Administrator with a
written copy of their Confined Space Entry Plan (CSEP) for
review and approval at least 5 working days in advance of the
planned entry. Prior to work commencements, the Contractor
will also certify in writing that all of his/her workers and
Subcontractors have been trained in accordance with OSHA
1910.146, Permit Required Confined Spaces for General
Industry. This certification will list all employees working on
campus by name and social security number.
If the Contractor's CSEP is approved, the Contractor may
utilize his/her CSEP for entering into campus confined spaces.
If disapproved, or if the Contractor does not have a written
CSEP, the Contractor will comply with the University's CSEP.
Until such time as the Contractor provides written certification
that all of his/her employees and Subcontractor employees
working on campus have been adequately trained in confined
space entry procedures, entry in TU confined spaces is strictly
forbidden. Questions concerning TU CSEP should be directed
to EHS.
The Contractor assumes all responsibility for any work delays
associated with noncompliance with confined space
regulations.
8.
Respiratory Protection
The Contractor agrees to comply with all local, state and
federal regulations pertaining to the use of respiratory
protection equipment. It is the Contractor's responsibility to
ensure their workers are provided and wearing the
appropriate respiratory protection device suitable to the
hazard.
The Contractor will provide the Contract Administrator with a
written copy of their Respiratory Protection Plan (RPP) for
review and approval at least 5 workdays in advance of the
planned entry. If approved, the Contractor may utilize his/her
RPP while on campus. If disapproved, or if the Contractor does
not have a written RPP, the Contractor will comply with the
University's RPP. Questions concerning TU RPP should be
directed to EHS at 410-704-2949.
The Contractor assumes all responsibility for any work delays
associated with noncompliance with respiratory protection
regulations.
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
9.
Waste Disposal
The Contractor is responsible for the removal and disposal of
all non- hazardous waste products generated from his/her
work on campus. All non-hazardous waste materials generated
by the Contractor shall be removed from campus (unless
otherwise specified) and disposed of in accordance with all
applicable federal, state and county laws and regulations. The
University reserves the right to require the use of a TU Non-
Hazardous Waste Manifest for transport off campus of any
University non-hazardous waste. The University also reserves
the right to approve or disapprove the facility(ies) the
Contractor utilizes for disposal of any University non-
hazardous wastes (as necessary). All costs will be borne by the
Contractor for the disposal of all hazardous or non-hazardous
wastes, unless otherwise specified in the contract.
Under no circumstances is any Contractor's generated
hazardous waste to be disposed of on campus. The Contractor
is responsible for the removal and proper disposal of all
his/her hazardous waste, in accordance with all applicable
federal, state and county laws and regulations. Contractor's
generated hazardous waste is waste resulting from their
operations/equipment on campus when using Contractor
owned/supplied materials/chemicals. Disposal costs for this
will be borne solely by the Contractor.
The University routinely performs wastewater monitoring in
accordance with its Industrial Wastewater Discharge Permit
and routinely screens campus discharges for hazardous
wastes. The Contractor will be held liable for any assessed
penalties attributable to the improper discharge of hazardous
wastes from campus facilities.
Contracts that require Contractors to transport and/or dispose
of regulated hazardous materials (i.e., hazardous wastes)
owned and/or generated by Towson University will be
disposed of by Towson University Environmental Health &
Safety utilizing existing University hazardous waste disposal
contractors. The Contractor should contact EHS as soon as the
hazardous wastes have been identified to coordinate the
disposal.
All transportation and disposal costs will be paid by Towson
University and then back charged to the Contractor.
Any questions concerning the disposal of hazardous or non-
hazardous waste should be directed to EHS at 410-704-2949.
10.
The Control of Hazardous Energy Source (Lock
Out/Tag Out)
The Contractor agrees to comply with all local, state and
federal regulations pertaining to the control of hazardous
energy sources. The Contractor is responsible for insuring
his/her workers and any Subcontractors are adequately
trained in Lockout/Tagout procedures in accordance with
OSHA 1910.147, The Control of Hazardous Energy Sources
(Lock Out/Tag Out).
The Contractor will provide the Contract Administrator with
a written copy of their Lock Out/Tag Out policy (LO/TO) and/or
procedures for review and approval at least five (5) working
days in advance of the commencement date of the contract.
Prior to work commencement, the Contractor will also certify
in writing that all of his/her workers and Subcontractors have
been trained in accordance with OSHA 1910.147. This
certification will list all employees working on campus by
name and social security number.
If the Contractor's LO/TO is approved, the Contractor may
utilize their LO/TO for work on hazardous energy sources. If
disapproved, or if the Contractor does not have a written
LO/TO, the Contractor will comply with TU LO/TO
Policy/Procedures. Until such time as the Contractor provides
written certification that all his/her employees and
Subcontractors working on campus have been adequately
trained in LO/TO procedures, work on hazardous energy
sources is strictly forbidden. Questions concerning TU LO/TO
Policy/Procedures shall be directed to EHS at 410-704-2949.
The Contractor assumes all responsibility for any work delays
associated with noncompliance with the control of Hazardous
Energy Sources regulations.
11.
Wastewater/Sewer Discharge
The University's Wastewater Discharge Permit strictly
prohibits the disposal of waste chemicals and corrosives via
the sanitary sewer system. NO waste chemicals (i.e., old,
unused, excess, etc.), including, but not limited to, organic
solvents and/or corrosives (pH less than or equal to 6 and
greater than or equal to 10) will be disposed of on campus via
the sanitary sewer system without advance written approval of
the TU Department of Environmental Health & Safety (EHS).
The Contractor shall submit MSDS's for all waste chemicals
they wish to dispose of in the sanitary sewer to EHS five (5)
working days in advance for approval.
The University routinely performs wastewater monitoring in
accordance with its Industrial Wastewater Discharge Permit
and routinely screens campus discharges for waste chemicals
and corrosives. The Contractor will be held liable for any
assessed penalties attributable to the improper discharge of
these materials from campus facilities.
The Contractor is subject to unannounced inspections of the
chemicals their employees are using on campus. TU
Department of Environmental Health & Safety will conduct
these unannounced inspections.
12.
Safety Training/Inspections/Meetings
The Contractor is responsible to notify the Contract
Administrator five (5) working days in advance of the date,
time and location of their monthly safety meeting.
13.
Materials
No asbestos, lead, or PCB containing materials (0%) are to be
utilized /installed on campus unless prior written approval has
been
received from the University's Department of Environmental
Health & Safety (410-704-2949).
14. Stormwater Pollution Prevention/Prohibition of Illicit
Discharges
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
No person shall cause or contribute discharge directly or
indirectly into the Towson University municipal storm drain
system or waterways any materials, including but not limited
to pollutants or waters containing any pollutants that cause or
contribute to a violation of applicable water quality standards,
other than storm water.
Refer to 06-20.00 University Policy on Stormwater Illicit
Discharge Detection and Elimination for additional
information.
No person may improperly store, handle, use or apply any
pollutant in a manner that will cause its exposure to rainfall,
runoff and discharge into the Towson University municipal
storm water drain system or campus waterways.
The commencement, conduct or continuance of any illegal
discharge to the storm drain system is prohibited except as
described:
a. The following discharges are exempt from discharge
prohibitions:
water line flushing or other potable water sources, landscape
irrigation or lawn watering, diverted stream flows, rising
ground water, ground water infiltration to storm drains,
uncontaminated pumped ground water, foundation or footing
drains (not including active groundwater dewatering systems),
crawl space pumps, air conditioning condensation, springs,
non-commercial washing of vehicles, natural riparian habitat
or wet-land flows, swimming pools (if dechlorinated -
typically less than one PPM chlorine), fire-fighting activities,
and any other water source not containing pollutants.
b. Any discharges specified in writing by Towson
University Environmental Health & Safety as being necessary
to protect public health and safety.
c. Dye testing only with required verbal notification to
Towson University Environmental Health & Safety [(410) 704-
2949 or safety@towson.edu prior to the time of the test.
d. The following discharges are exempt from discharge
prohibitions: water line flushing or other potable water
sources, landscape irrigation or lawn watering, diverted
stream flows, rising ground water, ground water infiltration to
storm drains, uncontaminated pumped ground water,
foundation or footing drains (not including active groundwater
dewatering systems), crawl space pumps, air conditioning
condensation, springs, non-commercial washing of vehicles,
natural riparian habitat or wet-land flows, swimming pools (if
dechlorinated - typically less than one PPM chlorine), fire-
fighting activities, and any other water source not containing
pollutants.
15. Prohibition of Illicit Connections
The construction, use, maintenance or continued existence of
illicit connections to the storm drain system is prohibited.
This prohibition expressly includes, without limitation, any
illicit connections made in the past. This is regardless of
whether the connection was permissible under law or
practices applicable or prevailing at the time of connection. A
person is considered to be in violation if the person connects
a line conveying sewage to the MS4, or allows such a
connection to continue.
16. Notification of Spills or Illicit Discharges
Notwithstanding other requirements by law, as soon as any
contractor has information regarding any known or suspected
release of materials that result or may result in illegal
discharges or pollutants discharging into storm water, the
storm drain system, campus waterways said person shall take
all necessary steps to ensure the discovery, immediate
containment, and cleanup of such release. In the event of a
release of hazardous materials or upon observing an illicit
environmental discharge immediately contact the Towson
University Police Department (TUPD) at (410) 704-4444. In
the event of a release of non-hazardous materials, notify
Towson University Environmental Health & Safety in person
or by phone [(410) 704-2949] or e-mail safety@towson.edu no
later than the next business day. Notifications in person or by
phone shall be confirmed by written notice addressed and
mailed to Environmental Health & Safety, Towson University,
8000 York Road, Towson, MD 21252 within three business
days of the phone notice.
17. Enforcement
a. Enforcement for student violators will follow the TU
Office of Student Conduct and Civility Educations Code of
Student Conduct.
b. Enforcement for University employees (Faculty and Staff)
shall follow the Towson University Policy for discipline or
termination Policy No. 07.05.25 Disciplinary Action for
Employees.
c. Enforcement for Visitors (Non-TU Faculty, Staff, Students
or Contractors)
d. Individuals or Contractors, depending on the nature and
severity of the violation, may be referred to MDE for
prosecution for violation of federal and state laws and
regulations.
e. Any fines, penalties, environmental monitoring or
remediation expenses, etc., resulting from the illicit discharge,
will be violator’s responsibility.
f. During normal University business hours (Monday-
Friday, 8am- 4pm), contact EHS at (410) 704-2949 to report
violations.
g. If the violator is still on the scene, they should also
immediately contact TUPD at (410) 704-4444.
h. After normal duty hours, weekends and holidays, contact
TUPD at (410) 704-4444 to report violations.
Exhibit A-2 – Required Contract Provisions
Construction & Maintenance
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
The provisions contained in this exhibit will be incorporated
and be a part of the contract entered into between Towson
University and any contractors as a result of this
procurement.
1. Affirmation - Contingent Fees
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding contingent fees in the
form required by USM Procurement Policies and Procedures.
2. Affirmation - Debarment
The Contractor shall submit with its bid/proposal a
Procurement Affirmation in the form required by USM
Procurement Policies and Procedures.
3. Affirmation Regarding Debarment of Related Entities
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding debarment of related
entities in the form required by USM Procurement Policies
and Procedures.
4. Affirmation - Non-Collusion
The Contractor shall submit with its bid/proposal a Non-
Collusion Affirmation in the form required by USM
Procurement Policies and Procedures.
5. Affirmation Regarding Bribery Convictions
The offeror warrants that neither it nor any of its officer,
directors, or partners not any of its employees who are
directly involved in obtaining or performing contracts with
any public body has been convicted of bribery, attempted
bribery, or conspiracy to bribe under the laws of any state or
of the federal government or 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.
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding bribery convictions in
the form required by University System of Maryland (USM)
Procurement Policies and Procedures.
6. Affirmation Regarding Other Convictions
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding other convictions in the
form required by USM Procurement Policies and Procedures.
7. Affirmation Regarding Sub-Contractors
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding debarment of sub-
contractors in the form required by USM Procurement
Policies and Procedures.
8. Affirmation - Drug and Alcohol Free Workplace
The contractor warrants that the contractor shall comply with
COMAR 21.11.08 Drug and Alcohol Free Workplace, and that
the contractor shall remain in compliance throughout the
term of this contract.
9. Certification of Corporation Registration and Tax
Payment
The Contractor shall submit with its bid/proposal a
Procurement Affirmation regarding certification of
corporation registration and tax payment in the form
required by USM Procurement Policies and Procedures.
10. Affirmation - Financial Disclosure
The Contractor shall submit with its bid/proposal a Financial
Disclosure Affirmation in the form required by USM
Procurement Policies and Procedures.
11. Affirmation - Political Contribution Disclosure
The Contractor shall submit with its bid/proposal a Political
Contribution Disclosure Affirmation in the form required by
USM Procurement Policies and Procedures.
12. Contract Affidavit
The successful bidder shall submit, prior to contract award, a
Contract Affidavit in the form required by USM Procurement
Policies and Procedures.
13. Affirmative Action
The Contractor and all subcontractors shall develop and
maintain affirmative action plans directed at increasing the
utilization of women and members of minority groups on
State public works projects, pursuant to the Executive Order
11246 of the President of the United States of America and
guidelines on Affirmative Action issued by the Equal
Employment Opportunities Commission (EEOC) 29 C.F.R.
part 1608 and the Governor of Maryland's Executive Order
01.01.1993.16.
14. Amendments and Modifications
The contract documents, as defined within the contract,
constitute the entire agreement between the parties hereto.
All other communications between the parties prior to
execution of the contract, whether written or oral, with
reference to the subject matter of the contract are superseded
by the agreement contained therein. No amendment of this
contract shall be binding unless in writing and signed by the
parties. Amendments may not significantly change the scope
of the contract.
15. Civil Rights Act of 1964
Contractors providing materials, equipment, supplies or
services to the State under the contract herewith assure the
State that they are conforming to the Civil Rights Act of 1964,
the Civil Rights Restoration Act of 1988, the Civil Rights Act
of 1991, and Section 202 of Executive Order 11246 of the
President of the United States of America as amended by
Executive Order 11375, as applicable.
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
16. Compliance with Laws
The Contractor hereby represents and warrants that:
a. It is qualified to do business in the State of Maryland, and
that it will take such action, as from time to time hereafter,
may be necessary to remain so qualified;
b. It is not in arrears with respect to the payment of any
monies and owing the State of Maryland, or any department
or agency thereof, including but not limited to the payment
of taxes and employee benefits, and that it shall not become
so in arrears during the term of the contract;
c. It shall comply with all federal, State and local laws,
ordinances applicable to its activities and obligations under
the contract; and;
d. It shall procure, at its expense, all licenses, permits,
insurance and governmental approval, if any, necessary to
the performance of its obligations under the contract.
17. Compensation and Method of Payment
Contractor agrees to include on the face of all invoices billed
to the University, its Taxpayer Identification Number, which
is the Social Security Number for individuals and sale
proprietors and the Federal Employee Identification Number
for all other types of organizations.
18. Confidentiality; dissemination of Information
Contractor shall not release any information related to
services or performance of the services under this Contract,
nor publish any final reports or documents without the prior
written approval of the University. Contractor shall
indemnify and hold harmless the State and the University, its
officers, agents and employees from all harm which may be
incurred by reason of dissemination, publication, distribution
or circulation, in any manner whatsoever, of any
information, data, documents, or materials pertaining in any
way to this Contract by Contractor, its agents or employees.
19. Conflict of Interest Law
It is unlawful for any State officer, employee, or agent to
participate personally in his official capacity through
decision, approval, disapproval, recommendation, advice, or
investigation in any contract or other matter in which he, his
spouse, parent, child, brother, or sister has a financial
interest or to which any firm, corporation, association, or
other organization in which he has a financial interest or in
which he is serving as an officer, director, trustee, partner, or
employee, or any person or organization with whom he is
negotiating or has any arrangement concerning prospective
employment, is a party, unless such officer, employee, or
agent has previously complied with the provisions of State
Government Article § § 15-501 et seq. of the Annotated Code
of Maryland.
20. Contract Modifications and Changes
a. The procurement officer unilaterally may, at any time,
without notice to the sureties, if any, by written order
designed or indicated to be a change order, make any change
in work within the general scope of the contract, including
but not limited to changes:
(1) In the specifications (including drawings and designs);
(2) In the method or manner of performance of the work;
(3) In the State-furnished facilities, equipment, materials,
services,
or site; or
(4) Directing acceleration in the performance of the work.
b. Any other written order or an oral order, including a
direction, instruction, interpretation or determination, from
the procurement officer that causes any such change, shall be
treated as a change order under this clause, provided that the
Contractor gives the procurement
officer written notice stating the date, circumstances, and
source of the order and that the Contractor regards the order
as a change order.
c. Except as herein provided, no order, statement, or
conduct of the procurement officer shall be treated as a
change under this clause or entitle the Contractor to an
equitable adjustment hereunder.
d. Subject to paragraph f., if any change under this clause
causes an increase or decrease in the Contractor's cost of, or
the time required for, the performance of any part of the work
under this contract, whether or not changed by any order, an
equitable adjustment shall be made and the contract
modified in writing accordingly; provided, however, that
except for claims based on defective specifications, no claim
for any change under (b.) above shall be allowed for any costs
incurred more than 20 days before the Contractor gives
written notice as therein required; and provided further, that
in the case of defective specifications for which the State is
responsible, the equitable adjustment shall include any
increased cost reasonably incurred by the Contractor in
attempting to comply with such defective specifications.
e. If the Contractor intends to assert a claim for an equitable
adjustment under this clause, he shall, within 30 days after
receipt of a written change order under a. above or the
furnishing or written notice under b. above, submit to the
procurement officer a written statement setting forth the
general nature and monetary extent of such claim, unless this
period is extended by the University. The statement of claim
hereunder may be included in the notice under b. above.
f. Each contract modification or change order that affects
contract price shall be subject to the prior written approval
of the procurement officer and other appropriate authorities
and to prior certification of the appropriate fiscal authority of
fund availability and the effect of the modification or change
order on the project budget or the total construction cost. If,
according to the certification of the fiscal authority, the
contract modification or change order will cause an increase
in cost that will exceed budgeted and available funds, the
modification or change order may not be made unless
sufficient additional funds are made available or the scope of
the project is adjusted to permit its completion within the
project budget.
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
g. No claim by the Contractor for an equitable adjustment
hereunder shall be allowed if asserted after final payment
under the contract.
21. Contractor's On-Site Representative
The Contractor is required to maintain on site at all times
when the work is in progress on this project an individual
who represents the Contractor, is responsible for the entire
project, and can communicate in English with the
University's representative.
22. Contractor’s Invoices
Contractor shall include its Taxpayer Identification Number
on the face of each invoice billed to the University. If a
Purchase Order document is issued, the Purchase Order
Number must be included.
23. Cooperation with University and State
Representatives
Before any of the work shall begin, the Contractor shall
confer with the University's representative at the site and
agree on a sequence of procedure, means of access to the
premises, space for storage of materials and equipment, use
of approaches, use of facilities, etc.
24. Cost and Price Certification
The Contractor, by submitting cost or price information
certifies that, to the best of its knowledge, the information
submitted is accurate, complete, and current as of a mutually
determined specified date prior to the conclusion of any price
discussions or negotiations for:
a. A negotiated contact, if the total contract price is
expected to exceed $100,000 or a smaller amount set by the
procurement officer; or
b. A change order or contract modification, expected to
exceed $100,000 or a smaller amount set by the procurement
officer.
c. The price under this contract and any change order or
modification hereunder, including profit or fee, shall be
adjusted to exclude any significant price increases occurring
because the Contractor furnished cost or price information
which, as of the date agreed upon between the parties, was
inaccurate, incomplete, or not current.
25. Default Delay and Time Extension
Termination for Default Damages for Delay Time
Extensions
(1) If the Contractor refuses or fails to prosecute the work, or
any separable part thereof, with such diligence as shall insure
its completion within the time specified in this contract, or
any extension thereof, or fails to complete said work within
this time, the State may, by written notice to the Contractor,
terminate his right to proceed with the work or the part of the
work as to which there has been delay. In this event the State
may take over the work and prosecute the same to
completion, by contract or otherwise, and may take
possession of and utilize in completing the work the
materials, appliances, and plant as may be on the site of the
work and necessary therefor. Whether or not
the Contractor's right to proceed with the work is terminated,
he and his sureties shall be liable for any damage to the State
resulting from his refusal or failure to complete the work
within the specified time.
(2) If fixed and agreed liquidated damages are provided in
the contract and if the State so terminates the Contractor's
right to proceed, the resulting damage shall consist of such
liquidated damages until a reasonable time as may be
required for final completion of the work together with any
increased costs occasioned the State in completing the work.
(3) If fixed and agreed liquidated damages are provided in
the contract and if the State does not so terminate the
Contractor's right to proceed, the resulting damage shall
consist of these liquidated damages until the work is
completed or accepted.
(4) The Contractor's right to proceed may not be so
terminated nor the contractor charged with resulting
damages if:
(a) The delay in the completion of the work arises from
unforeseeable causes beyond the control and without the
fault or negligence of the Contractor, including but not
restricted to, acts of God, acts of the public enemy, acts of the
State in either its sovereign or contractual capacity, acts of
another Contractor in the performance of a contract with the
State, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, unusually severe weather, or
delays of subcontractors or suppliers arising from
unforeseeable causes beyond the control and without the
fault or negligence of both the Contractor and the
subcontractors or suppliers; and
(b) The Contractor, within 10 days from the beginning of any
such delay (unless the procurement officer grants a further
period of time before the date of final payment under the
contract), notifies the procurement officer in writing of the
causes of delay. The procurement officer shall ascertain the
facts and the extent of the delay and extend the time for
completing the work when, in his judgement, the findings of
fact justify such an extension, and his findings of fact shall be
final and conclusive on the parties, subject only to appeal as
provided in the "Disputes" clause of this contract.
(5) If, after notice of termination of the Contractor's right to
proceed under the provisions of this clause, it is determined
for any reason that the Contractor was not in default under
the provisions of this clause, or that the delay was excusable
under the provisions of this clause, the rights and obligations
of the parties shall, if the contract contains a clause providing
for termination for convenience of the State, be the same as
if the notice of termination had been issued pursuant to the
clause. If, in the foregoing circumstances, this contract does
not contain a clause providing for termination for
convenience of the State, the contract shall be equitably
adjusted to compensate for the termination and the contract
modified accordingly; failure to agree to any such adjustment
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
shall be a dispute concerning a question of fact within the
meaning of the clause of this contract entitled "Disputes".
(6) The rights and remedies of the State provided in this
clause are in addition to any other rights and remedies
provided by law or under this contract.
(7) As used in paragraph (4)(a) of this clause, the term
"subcontractors or suppliers" means subcontractors or
suppliers at any tier."
26. Delivery and Acceptance
Delivery shall be made in accordance with the specifications.
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
specifications shall be delivered FOB the point or points
specified prior to or on the date specified in the solicitation.
Any material that is defective or fails to meet the terms of the
specifications may be rejected. Rejected materials shall be
promptly replaced. The State reserves the right to purchase
replacement materials in the open market. Vendors failing to
promptly replace materials lawfully rejected shall be liable
for any excess price paid for the replacement, plus applicable
expenses, if any.
27. Disputes
a. This contract is subject to the USM Procurement Policies
and Procedures.
b. Except as otherwise provided in this contract or by law,
all disputes arising under or as a result of a breach of this
contract that are not disposed of by mutual agreement shall
be resolved in accordance with this clause.
c. As used herein, claim means a written demand or
assertion by one of the parties seeking, as a legal right, the
payment of money, adjustment or interpretation of contract
terms, or other relief, arising under or relating to this contract.
A voucher, invoice, or request for payment that is not in
dispute when submitted is not a claim under this clause.
However, if the submission subsequently is not acted upon
in a reasonable time, or is disputed as to liability or amount,
it may be converted to a claim for the purpose of this clause.
d. Within 30 days after contractor knows or should have
known of the basis for a claim relating to this contract,
contractor shall file a written notice of claim with the
procurement officer.
e. Contemporaneously with, or within 30 days after, the
filing of a notice of claim, contractor shall submit the written
claim to the procurement officer. If contractor so requests, the
procurement officer, on conditions the procurement officer
deems satisfactory to the unit, may extend the time in which
contractor must submit the claim. An example of when a
procurement officer may grant an extension includes
situations in which the procurement officer finds that a
contemporaneous or timely cost quantification following the
filing of the notice of claim is impossible or impractical.
f. The claim shall set forth all the facts surrounding the
controversy.
Contractor, at the discretion of the procurement officer, may
be afforded an opportunity to be heard and to offer evidence
in support of the claim.
g. The procurement officer shall mail or deliver written
notification of the final decision within:
(1) 90 days after the procurement officer receives the claim
if the claim is an amount for which the Appeals Board
accelerated procedure, set forth in COMAR 21.10.06.12, may
be used;
(2) 180 days after the procurement officer receives the claim
for a claim not covered under §G(1) of this regulation; or
(3) A longer period that the procurement officer and
contractor agree to in writing.
h. The final decision may award a contract claim only for
those expenses incurred not more than 30 days before
contractor was initially required to have filed the notice of
claim.
i. The procurement officer's decision is the final action of
the University. If the procurement officer fails to render a
final decision within the time required, contractor may deem
the failure to be a final decision not to pay the claim.
j. If the final decision grants the claim in part and denies
the claim in part, the University shall pay contractor the
undisputed amount. Payment of the partial claim is not an
admission of liability by the University and does not preclude
the University from recovering the amount paid if a
subsequent determination modifies the final decision.
k. Contractor may file a written appeal with the Maryland
State Board of Contract Appeals within 30 days of receipt of
notice of the decision.
l. Pending resolution of a claim, contractor shall proceed
diligently with the performance of the contract in accordance
with the procurement officer's decision.
28. EPA Compliance
Materials, supplies, equipment and services shall comply in
all respects with the federal Noise Control Act of 1972, where
applicable. Power equipment, to the greatest extent possible,
shall be the quietest available. Equipment certified by the US
EPA as a Low Noise Emission Product pursuant to the Federal
Noise Control Act of 1972 shall be considered to meet the
intent of the regulation.
The Contractor must supply and have immediately available
to their employees spill containment equipment/supplies
necessary to contain any hazards it may introduce to the job
site. The Contractor is responsible for any and all costs
incurred by the University in remediating spills or releases of
materials introduced onto the job site.
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
Depending on the nature of the contract, the additional
environmental and safety provisions contained in Exhibit A-
1 may also be required
29. FERPA
The Parties agree to maintain the privacy and security of
personally identifiable educational records and health
information and to prevent disclosure in compliance with
Federal laws.
30. Gramm-Leach-Bliley Act of 1999
The Contractor agrees that in performing its obligations
under this contract, the Contractor shall comply with all
requirements of a non-affiliated third-party who receives a
financial institution’s consumer or customer information,
under the Gramm-Leach-Bliley Act of 1999 and applicable
regulations thereto (the “GLB Act”) and other applicable
federal and state consumer privacy acts, rules and
regulations. Nonpublic personal information shall have the
same meaning as that term is defined in the GLB Act.
a. The Contractor agrees to disclose such nonpublic personal
information for the sole purpose of facilitating the
Contractor’s performance of its duties and obligations under
the contract and will not disclose such nonpublic personal
information to any other party unless such disclosure is (i)
allowed by the GLB Act and consented to by the University,
or (ii) compelled by law, in which case the Contractor will
provide notice of such disclosure to the University.
b. The Contractor represents and warrants that it will, for so
long as it retains nonpublic personal information, implement
and maintain in place the necessary information security
policies and procedures for (i) protecting the confidentiality
of such nonpublic personal information, (ii) protecting against
any anticipated threats or hazards to the security or integrity
of such nonpublic personal information, and (iii) protecting
against the unauthorized access to or use of such nonpublic
personal information. These terms apply to all
subcontractors employed by the Contractor who perform
work under the scope of the agreement.
If the Contractor’s price includes the cost of Contractor
furnishing any other material, equipment, supplies, or other
items in connection with the Contract, the Contractor shall
pay the Maryland sales tax.
31. Incorporation by Reference
The terms of this solicitation and any amendments thereto
are made a part of this Contract.
32. Indemnification
The University shall not assume any obligation to indemnify,
hold harmless, or pay attorneys' fees that may arise from or
in any way be associated with the performance or operation
of this agreement.
33. Inspection by the University
The University may provide for inspection, at any time, of
any part of the Contractor's work, and of any of the materials,
supplies or equipment which the Contractor may have on
hand or in the building. The Contractor shall provide
adequate cooperation with any inspector assigned by the
University to permit the inspector to determine the
Contractor's conformity with these specifications and the
adequacy of the work being performed.
34. Intellectual Property
Contractor agrees to indemnify and save harmless the
University, its officers, agents and employees with respect to
any claim, action, cost or judgment for patent infringement,
or trademark or copyright violation arising out of purchase or
use of materials, supplies, equipment or services covered by
the contract.
35. I-9 Requirement
Contractor warrants and represents that it is currently in
compliance, and that during the term of the contract it will
remain in compliance, with the Immigration Reform and
Control Act of 1986, and that it will obtain original valid
employment verification documentation from all its
employees on a timely basis as required by law and
regulation. This requirement also applies to all
subcontractors hired by Contractor.
36. Insurance and Indemnification Provisions
a. The Contractor shall defend, indemnify and save
harmless the University System of Maryland, its officers,
employees and agents, from any and all claims, liability,
losses and causes of actions which
may arise out of the performance by the Contractor,
employees or agents, of the work covered by the contract.
b. The Contractor shall secure, pay the premiums for, and
keep in force until the expirations of the contract, and any
renewal thereof, adequate insurance as provided below, such
insurance to specifically include liability assumed by the
Contractor under the contract.
(1) Commercial General Liability Insurance including all
extensions:
$2,000,000 each occurrence;
$2,000,000 personal injury;
$2,000,000 products/completed operations;
$2,000,000 general aggregate
(2) Workmen’s Compensation Insurance and
Unemployment Insurance as required by the laws of the
State of Maryland.
(3) Owner’s, Landlord’s and Tenant’s and Contractor’s bodily
injury liability insurance, with limits of not less than
$500,000 for each person and $2,000,000 for each accident.
(4) Property damage liability insurance with a limit of not
less than $2,000,000 for each accident.
(5) If automotive equipment is used in the operation,
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.
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
c. Each policy for liability protection, bodily injury or
property damage must specifically name, on its face, the
University System of Maryland as an additional named
insured as respects operations under the contract and
premises occupied by the Contractor provided, however,
with respect to the Contractor’s liability for bodily injury or
property damage under items b(1) b(6) above, such insurance
shall cover and not exclude Contractor’s liability for injury to
the property of the University System and to the persons or
property of employees, students, faculty members, agents,
officers, regents, invitees or guests of the University System.
d. Each insurance policy shall contain the following
endorsements: “It is understood and agreed that the
Insurance Company shall notify in writing procurement
officer forty-five (45) days in advance of the effective date of
any reduction in or cancellation of this policy.” A certificate
of each policy of insurance shall be furnished to the
procurement officer. With the exception of Workmen’s
Compensation, upon the request of the procurement officer,
a certified true copy of each policy of insurance, including the
above endorsement, manually countersigned by an
authorized representative of the insurance company, shall be
furnished to the procurement officer. A certificate of
insurance for Workmen’s Compensation together with a
properly executed endorsement for cancellation notice shall
also be furnished. Following the notice of contract award, the
requested certificates and policies shall be delivered as
directed by the procurement officer. Notices of policy
changes shall be furnished to the procurement officer.
e. All required insurance coverages must be acquired from
insurers authorized to do business in the State of Maryland
and acceptable to the University. The insurers must have a
policyholders’ rating of “A-” or better, and a financial size of
“Class VII” or better in the latest edition of Best’s Insurance
Reports.
37. Fire and Extended Coverage Insurance
a. Contractor shall carry, at its own expense, builder's risk
insurance for the full contract amount, insuring against the
perils of fire, lightning, extended coverage vandalism, and
malicious mischief subject only to the minimum standard
deductible currently filed by the Insurance Service Office
with the State of Maryland Insurance Department. The
University will provide no coverage during the construction
period.
b. The builder’s risk policy shall contain endorsements
reading as follows:
(1) It is the intent of this insurance to cover specifically all
the Work being done under the Contract between the
insureds, and as to such Work this policy shall be primary
insurance and shall not contribute or claim contribution from
any other insurance being carried which, by its terms, would
also cover the property covered hereunder in the absence of
this insurance.
(2) Coverage afforded under this policy will not be canceled
until at least fifteen (15) days prior written notice has been
given to the Procurement Officer.
c. Certificates of insurance shall be submitted to the
Procurement Officer for review and approval prior to
commencement of work, and shall be held for the duration
of the contract. The University shall have the absolute right
to terminate the contract if the policy of insurance is canceled
at any time for any reason and a new policy is not obtained
by Contractor and approved by the Procurement Officer.
d. The above insurance shall remain in full force and effect
until such time as the University shall fully accept the work
covered by this contract.
38. Liquidated Damages
Time is an essential element of the contract and it is
important that the work be vigorously prosecuted until
completion.
For each day that any work shall remain uncompleted
beyond the time(s) specified elsewhere in the contract, the
Contractor shall be liable for liquidated damages in the
amount(s) provided for in the solicitation, provided, however,
that due account shall be taken of any adjustment of specified
completion time(s) for completion of work as granted by
approved change orders.
39. Local Conditions Covering Work
The Contractor shall cooperate with those in authority on the
premises to prevent the entrance and exit of all workmen
and/or others whose presence is forbidden or undesirable
and in bringing, storing or removal of all materials and
equipment, to observe all rules and regulations in force on
the grounds, to avoid unnecessary dust or accumulated
debris or the undue interference with the convenience,
sanitation or routine of the University and to prevent the loss
of, or damage to the property of the University and/or its
employees. The Contractor shall repair any and all damage
he may cause to the building or property, to the full
satisfaction of the University.
40. Mandated Contractor Reporting of Suspected Child
Abuse & Neglect
Maryland law contains mandatory reporting requirements
for all individuals who suspect child abuse or neglect.
Contractors performing work on campus also must comply
with USM Board of Regents (BOR) VI-1.50 Policy on the
Reporting of Suspected Child Abuse & Neglect, as well as the
University Procedures for Reporting Suspected Child Abuse
and Neglect. The above-referenced USM/University Policy
and Procedures are available in full at the following link:
https://www.towson.edu/about/administration/policies/docu
ments/polices/06-01-50-policy-on-the-reporting-of-
suspected-child-abuse-and-neglect.pdf,
and are incorporated herein. The University reserves the
right to terminate the contract if Contractor fails to comply
with the above-referenced policy or procedures, or if, in the
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
judgment of the University, termination is necessary to
protect the safety and welfare of children who come into
contact with the University community.
41. Maryland Law Prevails
The contract shall be governed by the laws of the State of
Maryland. The parties agree that exclusive jurisdiction shall
reside with the state and federal courts in the State of
Maryland.
42. Non-Hiring of Employees
No employee 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 the contract, shall,
while so employed, become or be an employee of the party
or parties hereby contracting with the State or any
department, commission, agency or branch thereof.
43. Non-Discrimination
The Contractor will comply with all applicable Federal and
State laws, rules and regulations involving
non-discrimination on the basis of race, color, creed, religion,
national origin, age, sex, political affiliation, marital status,
veteran status, condition of disability, or other non-merit
factor. In addition, 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.
Provisions for reasonable accommodations shall be made by
the Contractor for handicapped applicants and qualified
handicapped individuals.
44. Non-Visual Access
The bidder or offeror warrants that the information
technology offered under this bid or proposal (1) provides
equivalent access for effective use by both visual and
nonvisual means; (2) will present information, including
prompts used for interactive communications, in formats
intended for both visual and nonvisual use; (3) if intended for
use in a network, can be integrated into networks for
obtaining, retrieving, and disseminating information used by
individuals who are not blind or visually impaired; and (4) is
available, whenever possible, without modification for
compatibility with software and hardware for nonvisual
access. The bidder or offeror further warrants that the costs,
if any, of modifying the information technology for
compatibility with software and hardware used for nonvisual
access will not increase the cost of the information
technology by more than 5 percent.
For purposes of this section, the phrase “equivalent access”
means that the ability to receive, use and manipulate
information and operate controls necessary to access and use
information technology by nonvisual means. Examples of
equivalent access include keyboard controls used for input
and synthesized speech, Braille, or other audible or tactile
means used for output.
45. Ownership of Documents and Materials
The Contractor agrees that all documents and materials
including, but not limited to, reports, drawings, studies,
specifications, estimates, maps, photographs, designs,
graphics, mechanical, artwork, and computations prepared
by or for it under the terms of the contract shall at anytime
during the performance of the services be made available to
the University upon request by the University and shall
become and remain the exclusive property of the University
upon termination or completion of the services. The
University shall have the right to use same without restriction
or limitation and without compensation to the Contractor
other than that provided by the contract. The University shall
be the owner for purposes of copyright, patent or trademark
registration.
46. Patents, Copyrights and Trade Secrets
a. If the Contractor furnishes any design, device, material,
process or other item which is covered by a patent or
copyright or which is proprietary to or a trade secret of
another, Contractor shall obtain the necessary permission or
license to use such item.
b. Contractor will defend or settle, at its own expense, any
claim or suit against the State alleging that any such item
furnished by Contractor infringes any patent, trademark,
copyright, or trade secret. Contractor also will pay all
damages and costs that by final judgment may be assessed
against the State due to such infringement and all attorneys’
fees and litigation expenses reasonably incurred by the State
to defend against such a claim or suit. The obligations of this
paragraph are in addition to those stated in paragraph c.
c. If any products furnished by Contractor become, or in
Contractor's opinion are likely to become, the subject of a
claim of infringement, Contractor will, at its option: (1)
procure for the State the right to continue using the
applicable item; (2) replace the product with a non-infringing
product substantially complying with the item's
specifications; or (3) modify the item so it becomes
non-infringing and performs in a substantially similar
manner to the original item.
47. Payment Bond
A payment bond is required for all construction contracts in
excess of $100,000 in the amount equal to at least 100
percent of the contract price. The payment bond shall be
delivered by the contractor to the State not later than the time
the contract is executed. If a contractor fails to deliver the
required payment bond, the contractor's bid shall be
rejected, its bid security shall be enforced, and award of the
contract shall be made to the next lowest responsive and
responsible bidder.
The required payment bond shall be in the State of Maryland
form in effect at the time the contract is executed per COMAR
21.07.02.10B.
48. Performance Bond
A performance bond is required for all construction contracts
in excess of $100,000 in the amount equal to at least 100
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
percent of the contract price. The performance bond shall be
delivered by the contractor to the University not later than
the time the contract is executed. If a contractor fails to
deliver the required performance bond, the contractor’s bid
shall be rejected, its bid security shall be enforced, and award
of the contract may be made to the next lowest responsive
and responsible bidder.
The required performance bond shall be in the State of
Maryland form in effect at the time the contract is executed
per COMAR 21.07.02.10A.
49. Payment of State Obligations
Payments to the Contractor pursuant to this contract shall be
made no later than 30 days after the University's receipt of a
proper invoice from the Contractor. Charges of late payment
of invoices, other than as prescribed by Title 15, subtitle 1, of
the State Finance and Procurement Article, Annotated Code
of Maryland, or by the Public Service Commission of
Maryland with respect to regulated public utilities, as
applicable, are prohibited.
50. Policies and Procedures
The USM Procurement Policies and Procedures in effect on
the date of execution of this Contract are applicable to this
Contract.
51. Responsibility of Contractor
a. The Contractor shall perform the services with that
standard of care, skill, and diligence normally provided by a
Contractor in the performance of services similar to the
services hereunder.
b. Notwithstanding any review, approval, acceptance or
payment for the services by the University, the Contractor
shall be responsible for professional and technical accuracy
of its work, design drawings, specifications and other
materials furnished by the Contractor under the contract.
52. Prompt Payment of Subcontractors
a. This contract and all subcontracts issued under this
contract are subject to the provisions of State Finance and
Procurement Article, §15-226, Annotated Code of Maryland.
References to “undisputed amount”, “prime contractor”,
“contractor” and “subcontractor” have the meanings stated in
Section 6.2 a-d herein have the meanings state in COMAR
21.10.08.01.
b. A contractor shall promptly pay its subcontractors an
undisputed amount to which a subcontractor is entitled for
work performed under this contract within
10 calendar days after the contractor receives a progress
payment or final payment for work under this contract.
c. If a contractor fails to make payment within the period
prescribed in b., a subcontractor may request a remedy in
accordance with COMAR 21.10.08.
d. A contractor shall include in its subcontracts for work
under the contract, wording that incorporates the provisions,
duties, and obligations of 6.1 a-d: State Finance and
Procurement Article, §15-226, Annotated Code of Maryland;
and COMAR 21.10.08.
53. Responsibility for Claims and Liability
The Contractor shall be responsible for all damage to life and
property due to its activities or those of its agents or
employees, in connection with the services required under
the contract. Further, it is expressly understood that the
Contractor shall indemnify and save harmless the University,
its officers, agents, and employees from and against all
claims, suits, judgments, expenses, actions, damages and
costs of every name and description, including reasonable
attorney's fees and litigation expenses arising out of or
resulting from the negligent performance of the services of
the Contractor under the contract.
54. Responsibility for Damage
a. The Contractor shall repair and restore to its original
condition any equipment, materials or surfaces damaged by
its operations.
b. The Contractor shall be entirely responsible for any loss
or damage to its own materials, supplies, and equipment, and
to the personal property of its employees while they are in
the building.
c. The Contractor shall be solely responsible for any
damage to the 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.
55. Retainage
a. This section shall apply if the contractor has furnished
100 percent payment security and 100 percent performance
security. The contractor and each subcontractor at any tier
shall incorporate the mandatory provisions outlined below in
paragraphs b. through d. of this section, into each subcontract
for work related to this contract.
b. The contractor may not retain from any payment due a
subcontractor a percent of the payment greater than the
percent for retainage specified in the contract.
c. A subcontractor at any tier may not retain from any
payment due a lower tier subcontractor a percent of the
payment greater than the percent of payments retained from
the subcontractor.
d. A contractor and a subcontractor are not prohibited, by
this section from withholding an amount in addition to
retainage if the contractor or subcontractor determines that a
subcontractor’s performance under the subcontract provides
reasonable grounds for withholding an additional amount.
56. Retention of Records
The Contractor shall retain and maintain all records and
documents relating to the contract for a minimum period of
four years after payment by the University of the final invoice
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
and shall make them available for inspection and audit by
the State of Maryland.
57. Set-Off
The University may deduct from and set off against any
amounts due and payable to the Contractor any back-charges
or damages sustained by the University by virtue of any
breach of the contract by the Contractor or by virtue of the
failure or refusal of the Contractor to perform the services or
any part of the services in a satisfactory manner. Nothing
herein shall be construed to relieve the Contractor of liability
for additional costs resulting from a failure to satisfactorily
perform the services.
58. Site Investigation
The Contractor acknowledges that he has investigated and
satisfied himself as to the conditions affecting the work,
including but not restricted to those bearing upon
transportation, disposal, handling and storage of materials,
availability of labor, water, electric power, roads and
uncertainties of weather, river stages, tides or similar
physical conditions at the site, the conformation and
conditions of the ground, the character of equipment and
facilities needed preliminary to and during prosecution of the
work. The Contractor further acknowledges that he has
satisfied himself as to the character, quality and quantity of
surface and subsurface materials or obstacles to be
encountered insofar as this information is reasonably
ascertainable from an inspection of the site, including all
exploratory work done by the University, as well as from
information presented by the drawings and specifications
made a part of this contract. Any failure by the Contractor to
acquaint himself with the available information may not
relieve him from responsibility for estimating properly the
difficulty or cost of successfully performing the work. The
University assumes no responsibility for any conclusions or
interpretations made by the Contractor on the basis of the
information made available by the University.
59. Software Contracts:
As specifically provided by § 21-104, Commercial Law
Article, Annotated Code of Maryland, the parties agree that
this Agreement shall not be governed by the Uniform
Computer Information Transactions Act (UCITA), Title 21 of
the Commercial Law Article of the Annotated Code of
Maryland, as amended from time to time. This Agreement
shall be governed by the common law of Maryland relating
to written agreements, as well as other statutory provisions,
other than UCITA, which may apply, and shall be interpreted
and enforced as if UCITA had never been adopted in
Maryland.
Contractor agrees that as delivered to buyer, the software
does not contain any program code, virus, worm, trap door,
back door, timer or clock that would erase data or
programming or otherwise cause the software to become
inoperable, inaccessible, or incapable of being used in
accordance with its user manuals, either automatically upon
the occurrence of selected conditions, or manually on
command of Contractor.
60. Specifications
All materials, equipment, supplies or services shall conform
to Federal and State laws and regulations and to the
specifications contained in the solicitation. No asbestos, lead,
or PCB-containing materials (0%) are to be utilized/installed
on campus unless prior written approval has been received
from the University's Department of Environmental Health &
Safety (410-704-2949).
61. Subcontracting or Assignment
The benefits and obligations hereunder shall take effect and
be binding upon the parties hereto and neither the contract
nor the services to be performed thereunder shall be
subcontracted, or assigned or otherwise disposed of, either in
whole or in part, except with the prior written consent of the
University.
62. Suspension of Work
The procurement officer unilaterally may order the
Contractor in writing to suspend, delay, or interrupt all or any
part of the work for such period of time as he may determine
to be appropriate for the convenience of the University.
63. 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 provided upon request. Where a Contractor is required to
furnish and install material in the construction of
improvement to real property in performance of the
Contract, the Contractor shall pay the Maryland sales tax and
the exemption does not apply.
64. Termination of Contract for Default
If the Contractor fails to fulfill its obligation under the contract
properly and on time, or otherwise violates any provision of
the contract, the University may terminate the contract by
written notice to the Contractor. The notice shall specify the
acts or omissions relied on as cause for termination. All
finished or unfinished services provided by the Contractor
shall, at the University's option, become the University's
property. The University shall pay the Contractor fair and
equitable compensation for satisfactory performance prior to
receipt of notice of termination, less the amount of damages
caused by the Contractor's breach. If the damages are more
than the compensation payable to the
Contractor, the Contractor will remain liable after
termination and the University can affirmatively collect
damages. The term "damages" as used in this paragraph may
include attorney's fees and litigation costs. Termination
hereunder, including the determination of the rights and
obligations of the parties, shall be governed by the provisions
of USM Procurement Policies and Procedures.
65. Termination of Contract for Convenience
The performance of work under the contract may be
terminated by the University in accordance with this clause
in whole, or from time to time in part, whenever the
University shall determine that such termination is in the
best interest of the University. The University will pay all
reasonable costs associated with the contract that the
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
Contractor has incurred up to the date of termination and all
reasonable costs associated with termination of the contract.
However, the Contractor shall not be reimbursed for any
anticipatory profits which have not been earned up to the
date of termination. Termination hereunder, including the
determination of the rights and obligations of the parties,
shall be governed by the provisions of USM Procurement
Policies and Procedures.
66. Termination of Multi-Year Contracts
If the General Assembly fails to appropriate funds or if funds
are not otherwise made available for continued performance
for any fiscal period of the contract succeeding the first fiscal
period, the contract shall be canceled automatically as of the
beginning of the fiscal year for which funds were not
appropriated or otherwise made available; provided,
however, that this will not affect either the State's rights or
the Contractor's rights under any termination clause in the
contract. The effect of termination of the contract hereunder
will be to discharge both the Contractor and the State from
future performance of the contract, but not from their rights
and obligations existing at the time of termination. The
Contractor shall be reimbursed for the reasonable value of
any non-recurring costs incurred but not amortized in the
price of the contract. The State will notify the Contractor as
soon as it has knowledge that funds may not be available for
the continuation of the contract for each succeeding fiscal
period beyond the first.
67. Truth-In-Negotiation Certification
The Contractor by submitting cost or price information,
including wage rates or other factual unit costs, certifies to
the best of its knowledge, information and belief, that:
a. The wage rates and other factual unit costs supporting
the firm's compensation, as set forth in the proposal, are
accurate, complete and current as of the contract date;
b. If any of the items of compensation were increased due to
the furnishing of inaccurate, incomplete or noncurrent wage
rates or other units of costs, the State is entitled to an
adjustment in all appropriate items of compensation,
including profit or fee, to exclude any significant sum by
which the price was increased because of the defective data.
The State's right to adjustment includes the right to a price
adjustment for defects in costs or pricing data submitted by a
prospective or actual subcontractor; and
c. If additions are made to the original price of the contract,
such additions may be adjusted to exclude any significant
sums where it is determined the price has been increased due
to inaccurate, incomplete or noncurrent wage rates and other
factual costs."
68. Use of Contractor's Forms Not Binding on State
a. Except as provided in b.,the use or execution by the State
of any forms, orders, agreements, or other documents of any
kind, other than the contract documents, used pursuant to or
in the administration of any contract awarded by the State to
Contractor, shall not bind the State to any of the terms and
conditions contained therein except those provisions:
(1) generally describing, for the purposes of ordering:
Equipment or services to be provided, locations, quantities,
delivery or installation dates, and, to the extent consistent
with the contract documents, prices; and
(2) not otherwise inconsistent with the contract documents.
b. Any such form, order, agreement or other document
shall not vary, modify, or amend the terms and provisions of
the contract documents, notwithstanding any provision to
the contrary in such document, unless all of the following
conditions are met:
(1) the document expressly refers to the particular
document and provision of the contract documents being
modified and plainly and conspicuously identifies any
modification thereto as a modification:
(2) the document is executed on behalf of the State by the
procurement officer; and
(3) execution of the document is approved by the
procurement authority whose approval is required by law.
69. Variations in Estimated Quantities
Where the quantity of a pay item in this contract is an
estimated quantity and where the actual quantity of such pay
item varies more than twenty-five percent (25%) above or
below the estimated quantity stated in this contract, an
equitable adjustment in the contract price shall be made
upon demand of either party. The equitable adjustment shall
be based upon any increase or decrease in costs due solely to
the variation above one hundred twenty-five percent (125%)
or below seventy-five percent (75%) of the estimated quantity.
If the quantity variation is such as to cause an increase in the
time necessary for completion, the procurement officer shall,
upon receipt of a written request for an extension of time
within ten (10) days from the beginning of the delay, or within
a further period of time which may be granted by the
procurement officer before the date of final settlement of the
contract, ascertain the facts and make the adjustment for
extending the completion date as in his judgment the
findings justify.
Exhibit B
Bid/Proposal Affidavit
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
A. AUTHORITY
I HEREBY AFFIRM THAT:
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. 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 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 current
positions and responsibilities with the business):
C. AFFIRMATION REGARDING OTHER CONVICTIONS RETAINED
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;
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
(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
(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 and
subsections D(1)(8) 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):
D. 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).
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
E. 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 (indicate reasons why the affirmations cannot be given without qualification):
F. 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 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.
G. 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.
H. CERTIFICATION OF TAX PAYMENT
I FURTHER AFFIRM THAT: 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.
I. 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,
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
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 making of the Contract.
J. CERTIFICATION REGARDING INVESTMENTS IN IRAN
(1) The undersigned bidder or offeror certifies that, in accordance with State Finance & Procurement Article, §17-
705:
(i) it is not identified on the list created by the Board of Public Works as a person engaging in investment
activities in Iran as described in §17-702 of State Finance & Procurement; and
(ii) it is not engaging in investment activities in Iran as described in State Finance & Procurement Article,
§17-702.
(2) The undersigned bidder or offeror is unable to make the above certification regarding its investment activities
in Iran due to the following activities:
K. 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 covenants 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.
SIGNATURE OF AUTHORIZED REPRESENTATIVE & AFFIANT
DATE
PRINT NAME OF AUTHORIZED REPRESENTATIVE & AFFIANT
TITLE OF AUTHORIZED REPRESENTATIVE & AFFIANT
Exhibit C
Contract Affidavit
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
A. AUTHORIZED REPRESENTATIVE
I HEREBY AFFIRM THAT:
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 OF CORPORATION REGISTRATION AND TAX PAYMENT OR QUALIFICATION WITH
THE STATE DEPARTMENT OF ASSESSMENTS AND TAXATION
I FURTHER AFFIRM THAT: The business named above is a (X applicable items):
(1)
Corporation domestic (i.e., organized in Maryland) or foreign;
(2)
Limited Liability Co. domestic or foreign;
(3)
Partnership domestic foreign;
(4)
Statutory Trust domestic or foreign;
(5)
Sole Proprietorship
and is registered or qualified as required under Maryland law.
I further affirm that the above business is in good standing both in Maryland and (IF APPLICABLE) in the jurisdiction
where it is presently organized, and has filed all of its annual reports, together with filing fees, with the Maryland State
Department of Assessments and Taxation. The name and address of its resident agent (IF APPLICABLE) filed with the
State Department of Assessments and Taxation is:
Name & Department ID Number: _______________________________________________________________
Address: __________________________________________________________________________________
and that if it does business under a trade name, it has filed a certificate with the State Department of Assessments and
Taxation that correctly identifies that true name and address of the principal or owner as:
Name & Department ID Number: _______________________________________________________________
Address: __________________________________________________________________________________
C. 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.
D. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
I FURTHER AFFIRM THAT: I am aware of, and the above business will comply with, Election Law Article, §§14-101
through 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 valued at
$200,000 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.
E. DRUG AND ALCOHOL FREE WORKPLACE
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:
(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's 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 drug-related 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's 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
§(2)(b), above;
(h) Notify its employees in the statement required by §(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 §(2)(h)(ii), above, or otherwise
receiving actual notice of a conviction;
(j) Within 30 days after receiving notice under §(2)(h)(ii) above, or otherwise receiving actual notice of a
conviction, impose either of the following sanctions or remedial measures on any employee who is convicted
of a drug or alcohol abuse offense occurring in the workplace:
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
(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 §(2)(a)
through (j), above.
(3) If the business is an individual, the individual shall certify and agree as set forth in §(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.
F. CERTAIN AFFIRMATIONS VALID
I FURTHER AFFIRM THAT:
To the best of my knowledge, information, and belief, each of the affirmations, certification, or acknowledgments
contained in that certain Bid/Proposal Affidavit dated __________________ and executed by me for the purpose of
obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date
of this Contract Affidavit and is fully set forth herein.
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.
SIGNATURE OF AUTHORIZED REPRESENTATIVE & AFFIANT
DATE
PRINT NAME OF AUTHORIZED REPRESENTATIVE & AFFIANT
TITLE OF AUTHORIZED REPRESENTATIVE & AFFIANT
Exhibit F
Company Profile
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
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 of Organization (e.g., Corp., Partnership, Individual, Joint Venture): _______________________________________
Name of Principal(s) and Title(s):
Brief History of the 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 G
Firm Experience
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
Proposer: ________________________________________________
Project Name: ___________________________________________________
Project Dollar Size: ________________________________________________
Start Date: _______________
Completion Date: ________________
Client/Customer: _________________________________________________________________________________
Address: ________________________________________________________________________________________
Contact Person ________________________________________________
Telephone: _________________________
Email: ________________________________________________________
Project Manager: ________________________________________________
Description of the Project:
Similarities Between this Project and TU Project:
Exhibit K
Addenda Acknowledgement
Procurement
Procurement
Towson University - 8000 York Rd, Towson MD 21252 - 410-704-2171 - towson.edu/
procurement
Name of Bidder (Company): ______________________________________________________
Solicitation Number: ____________________________________________________________
Project Title: __________________________________________________________________
Due Date: _____________________________________________________________________
Acknowledgement
I hereby acknowledge receipt of the following addenda which have been issued regarding the above
referenced solicitiation:
Addendum #1, issue date: ________________________________
Addendum #2, issue date: ________________________________
Addendum #3, issue date: ________________________________
Addendum #4, issue date: ________________________________
Addendum #5, issue date: ________________________________
Addendum #6, issue date: ________________________________
Addendum #7, issue date: ________________________________
Addendum #8, issue date: ________________________________
Addendum #9, issue date: ________________________________
Addendum #10, issue date: ________________________________
Addendum #11, issue date: ________________________________
SIGNATURE
DATE
PRINTED NAME
TITLE