Monday, September 30, 2013, 3:00PM

Size: px
Start display at page:

Download "Monday, September 30, 2013, 3:00PM"

Transcription

1 RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST FOR QUALIFIED VENDORS for PRE-QUALIFIED CONTRACT FOR THE CONSTRUCTION OF HANDICAP ACCESS CURB RAMPS AND SIDEWALKS SPECIFICATION NO DUE DATE: Monday, September 30, 2013, 3:00PM SUBMIT TO: Division of Purchasing and Supplies Allegheny County Courthouse 436 Grant Street, Room 206 Pittsburgh, PA Include one (1) original and one (1) identical photocopy of agreement. Both documents must be in one sealed envelope clearly stating the Specification Number. Nicholas Calabrese Purchasing Agent

2 Spec# 6924 CONSTRUCTION OF HANDICAP ACCESS CURB RAMPS AND SIDEWALKS Allegheny County on behalf of the City of Pittsburgh invites you to participate in a new prequalified contract for Pre-Qualified Contract for Construction Of Handicap Access Curb Ramps And Sidewalks.. In order to qualify as a bidder for said contract you must review and execute the enclosed forms and forward to the Allegheny County Purchasing Department no later than 3:00 PM on September 30, 2013, Please carefully review, sign and return the related documents which must be submitted. A copy of the fully executed agreement will be forwarded to you upon receiving the signature of the Controller, City of Pittsburgh. 1. One (1) original and one (1) photocopy of the enclosed Agreement, returned to Allegheny County Purchasing Department properly executed and attested to by the appropriate company officers (signature of President and Vice-President; attestation by Secretary, Treasurer, or Secretary/Treasurer). 2. Notarized Affidavit of Contractor. Affidavit must be executed by an officer of the company as designated by the contract signature sheet as listed below or an individual authorized to execute contracts on the company's behalf. (Form enclosed) 3. Financial Security (Performance Bond) in the amount of $10,000.00, completed on the enclosed form. (See Item #XI of this Agreement) 4. One (1) signature sheet enclosed, properly executed and attested to by the appropriate company officers (signature of President or Vice-President; attestation by Secretary, Treasurer, Secretary/Treasurer). Please include your Federal Identification Number or Social Security Number. 5. Copy of Pre-printed Internal Revenue label from Tax forms. 6. One (1) original Insurance Certificate, covering general liability and property damage, workers' compensation and automotive liability, see attached sample for limits. The City of Pittsburgh must be named as "additional insured". (See Items #13 of this Agreement and #19 of the Articles of Agreement.) 7. Statement of Affiliations. Contractor must file a Statement of Affiliations with the City of Pittsburgh, attached hereto as Exhibit A, in compliance with Section ( c ) of the Pittsburgh Code. 8. Anti-Sweatshop Provision. Contractor will be required to submit an executed statement of compliance attached hereto as required by the Allegheny County Administrative Code which certifies that any of the goods and/or products provided herein were not made under sweatshop

3 conditions, as defined by Part 9, as amended, of Article 903 of the County s Administrative Code (Ordinance Number OR) The subject Agreement will only afford your company the opportunity to bid on Pre-Qualified Contract for Construction of Handicap Access Curb Ramps and Sidewalks and neither guarantees any award of such bids, nor that any minimum amount of Pre-Qualified Contract for Construction of Handicap Access Curb Ramps and Sidewalks will be requested. Bids will be solicited for Pre-Qualified Contract for Construction of Handicap Access Curb Ramps and Sidewalks made on an as-needed basis, with award of estimates to the lowest responsible bidder on any given day that bids are solicited by the City of Pittsburgh. Upon return of the properly executed documents to the address below, the City of Pittsburgh will contact you for a contract review meeting to discuss the operational procedures for this Agreement. Should you have questions, please call Ed Pikula, Purchasing Agent, City of Pittsburgh at Sincerely, Nicholas Calabrese Purchasing Agent Allegheny County Purchasing Department Room 206 Courthouse 436 Grant Street Pittsburgh, Pennsylvania

4 CONTRACT FOR THE CONSTRUCTION OF HANDICAP ACCESS CURB RAMPS AND SIDEWALKS MADE THIS DAY OF, 20 BY AND BETWEEN CITY OF PITTSBURGH, a municipal corporation of the COMMONWEALTH OF PENNSYLVANIA, hereinafter referred to as "CITY". A N D VENDOR'S NAME: VENDOR'S ADDRESS: Hereinafter referred to as "Vendor" or "Contractor" WITNESSETH: WHEREAS, Vendors are providers of Handicap Ramp and Sidewalk Construction Services. WHEREAS, the "City" desires the above-mentioned services to be available for use by the "City" WHEREAS, the "Vendor" agrees to provide pricing for the services listed herein at the times, also, listed herein, together with several other vendors participating as specified herein; NOW, THEREFORE, in consideration of the mutual premises and intending to be legally bound hereby, the parties hereto agree as follows: 3

5 1. GENERAL REQUIREMENTS a. Bidders must have been in the concrete construction and repair business for a minimum of five (5) years and must employ workmen qualified to perform the work specified herein and with a minimum of five (5) years related work experience. b. The successful bidder must provide the City with MSDS (Material Safety Data Sheets) for each chemical or other hazardous materials used in performing this service, prior to the commencement of any work being performed. 2. CONTRACT PERIOD a. The initial contract period shall commence upon the execution of this contract and shall terminate at midnight on September 30, The City shall have the option to renew the contract for four (4) additional one-year periods, exercisable at the sole discretion of the City, which additional periods shall expire at midnight on September 30 of the each succeeding year. b. In the event the City exercises its option to renew this contract as stated above, written confirmation will be provided by the City to the Vendor within thirty (30) days prior to the termination date. c. The City reserves the right to terminate the contract at any time in accordance with the provision of Paragraph 66 of the Articles of Agreement, which is made part of this proposal. 3. SUMMARY OF THE WORK a. The scope of work for contemplated hereunder will be restricted to Handicap Ramp Construction Programs. Elements of the work include but are not limited to excavation, sub-base placement, curb construction, handicap ramp construction (and other work incidental thereto). In all cases the Bid and General Contract Conditions, the General conditions for maintenance and repair, the Standards for Construction and City of Pittsburgh Specifications shall apply. b. The appropriate City Department shall provide the scope, drawings, specification, construction observation and project management for each project initiated. The Contractor shall provide all tools, equipment, materials and services necessary to perform the project. c. It is anticipated that the total expenditures for any one new construction project shall not exceed $25, but there is no limit on the dollar amount for maintenance work that may be undertaken. The City of Pittsburgh does not guarantee any minimum amount of work under this contract. d. The appropriate City Department shall provide at the time of price collection, a list of ramps and locations, the time frame for construction, and all applicable specifications standards, terms and condition which apply. e. The City will instruct the successful bidder on a case by case basis as to the time when each set of locations will be available for construction. The vendor will in no way interfere with the daily operations of any facility or event. 4. PRICE COLLECTION a. Vendor agrees to supply, via sealed bid, prices for the services requested after a site visitation, to determine the pricing to be supplied for Handicap Ramp Construction Services at that job site. The job site visitation will be coordinated by the Department of Public Works. It shall be the vendor s obligation to meet at the time and location specified by the City. b. Vendor also agrees that prices received by the City for the Contracted Services will not be later than fortyeight (48) hours after the actual site visitation to be considered as an acceptable price by the City unless otherwise specified in the individual requested quotes. c. Vendor agrees to fax all pricing information to the designated fax of the City. 4

6 d. Pricing shall be inclusive of all costs including but not limited to labor, tools, equipment, clean-up, etc., necessary to complete the work described at the time of site visitation. e. The prices provided shall be free of all Federal, State and Local taxes; the City will provide State sales tax exemption form upon request. f. Orders for services at the job site will be placed by the City to the lowest responsible vendor providing pricing within the time period as specified in item (b) above. g. All services performed shall be invoiced at prices quoted, in accordance with this contract, on the day following the completion of the service per the authorization of the Director of Finance or his assignee. BIDDER'S NOTE: All bids for individual projects covered under this contract must be signed, in ink, by an officer, or, authorized representative of the company, or, said bid may be subject to rejection. 5. All services will be performed at the job site designated by the City between the hours of 7:00 A.M. and 4:00 P.M. Monday through Friday, unless authorized by the City to do otherwise. Vendor will comply with any special requirements necessary and peculiar to the specific job site, as described by City at the time of the site visitation, and bid accordingly. 6. All services must be performed in a professional and business-like manner. Contractor is responsible for clean-up of site at his expense and to the satisfaction of City. In case of dispute, City may remove debris and charge the cost to Vendor, including setting off the cost against future payments due to Vendor. 7. INITIATING THE WORK a. The Described Services will be provided upon vendors receipt of an order from the City. This agreement will pre-qualify vendors and permit them to submit estimates for requested work. Information about the work to be bid will be explained. It will be the contractor s responsibility to meet at the time and location specified by the City. b. Such estimates must be in a format acceptable to the City of Pittsburgh and should include approximate start and finish dates, cost breakdowns for labor, material and equipment, (including truck time, when applicable), a schedule of values with a total cost for the project as per City supplied construction documents, a list of shop drawings (to be supplied as required by the project), a list of subcontractors and/or suppliers (when value of work is >$1000.) together with a copy of their proposal(s) including breakdowns, and any other data which may be pertinent and requested. On projects estimated to cost-over $10,000. A minimum of two (2) subcontractor and supplier proposals must be submitted for review and approval. On large projects, a construction schedule with periodic updates may be required to be provided at no additional cost. SPECIFICATIONS FOR HANDICAP RAMP CONSTRUCTION AND SIDEWALKS 1.2 PRESERVE STREET SIGNS THE CONTRACTOR SHALL REMOVE AND PRESERVE STREET SIGNS WHERE REQUIRED THEN NOTIFY THE DEPARTMENT OF PUBLIC WORKS TRAFFIC DIVISION AT , WHO WILL ARRANGE FOR THEIR DISPOSAL; NO ADDITIONAL PAYMENT. 1.3 ADJUSTING CASTINGS CONTRACTOR SHALL ADJUST ALL WATER VALVE BOXES, CITY OF PITTSBURGH SURVEY MONUMENT BOXES, UTILITY MANHOLES AND SEWER CASTINGS TO GRADE. NO ADDITIONAL PAYMENT. 5

7 1.4 CLEANING OF CASTINGS THE CONTRACTOR SHALL BE RESPONSIBLE FOR CLEANING ALL WATER BOX AND MANHOLE LIDS AND OTHER CASTINGS OF ALL TYPES, AFTER PAVING IS COMPLETE. NO ADDITIONAL PAYMENT. 1.5 EXPANSION JOINT AND JOINT SEALANT MATERIALS PAYMENT FOR ALL EXPANSION JOINT MATERIAL AND JOINT SEALANT USED IN STREETS AND SIDEWALKS, ETC.; SHALL BE INCLUDED IN THE PAYMENT ITEM FOR WHICH THE EXPANSION JOINT MATERIALS AND SEALANT IS USED. PROVIDE A PREMIUM-GRADE, HIGH-PERFORMANCE, MOISTURE-CURED, 1-COMPONENT, POLYURETHANE-BASE, NON-SAG N.A. P. ELASTOMERIC SEALANT, SIKA-FLEX, OR APPROVED EQUAL. COLOR APPROVED BY THE DIRECTOR. 1.6 SAW CUTTING SAW-CUT EXISTING CONCRETE SIDEWALK AND STREET PAVEMENT AS REQUIRED. NO ADDITIONAL PAYMENT. 1.7 UNDERGROUND VAULT LOCATIONS CONTRACTOR SHALL DETERMINE IN THE FIELD THE EXACT LOCATION OF VAULT WALLS AND IN THE EVENT THE LOCATION OF THE WALL MAY INTERFERE WITH THE CONSTRUCTION OF CURB, OR THE PROPOSED CONSTRUCTION EFFECTS THE VAULT ROOF, THE CONTRACTOR SHALL DELAY OPERATION UNTIL DECISION FROM THE DIRECTOR IS OBTAINED. 1.8 HEATING ELEMENTS IN RAMP OR SIDEWALK AREA THE CONTRACTOR SHALL DETERMINE IN THE FIELD THE EXACT LOCATION OF SIDEWALKS WITH HEATING ELEMENTS. UNDER NO CONDITIONS SHALL SIDEWALKS WITH HEATING ELEMENTS BE DISTURBED. PROPOSED HABDICAPPED RAMPS, SHOWN ON THE PLANS IN SUCH SIDEWALKS, SHALL BE DELETED FROM THE PROJECT. 1.9 CATCH BASINS AND STORM INLETS INTERFERENCE THE CONTRACTOR SHALL NOT UNDER ANY CONDITIONS DISTURB, REMOVE OR RELOCATE EXISTING CATCH BASINS AND STORM INLETS. ANY PROPOSED HANDICAP RAMPS SHOWN ON PLANS THAT REQUIRE DISTURBING, REMOVAL OR THE RELOCATION OF CATCH BASINS OR STORM INLETS, SHALL BE DELETED FROM THE PROJECT RELAY EXISTING BRICK SIDEWALK THE CONTRACTOR SHALL RELAY BRICK SIDEWALK WITH EXISTING SIDEWALK BRICK PAVERS WHERE DISTURBED DUE TO CONSTRUCTION. NO ADDITIONAL PAYMENT NEW BRICK WHERE NEW BRICK PAVERS ARE REQUIRED TO REPLACE MISSING OR DESTROYED BRICK PAVERS IN EITHER BRICK HANDICAP SIDEWALK RAMPS OR BRICK SIDEWALK THE PAVERS SHALL MATCH EXISTING COLOR, THICKNESS AND DESIGN. A TWO FOOT (2 ) BY FOUR FOOT (4 ) SECTION OF ACCESS RAMP DIRECTLY BEHIND THE CURB SHALL BE BRICKS WITH DETECTABLE WARNING TRUNCATED DOMES (DWTD). 6

8 THE CONTRACTOR SHALL SUBMIT THE MANUFACTURER S CERTIFICATION THAT THE NEW BRICK PAVERS MEET OR MATCH THE EXISTING BRICK PAVERS. NEW BRICK PAVERS ARE SUBJECT TO THE APPROVAL OF THE DIRECTOR OF THE DEPARTMENT OF PUBLIC WORKS PROPOSED CURB RETURNS ALL NEW CURB RETURNS ARE TO BE FEATHERED TO MATCH EXISTING SIDE STREET CURBS. NEW CURB RETURNS SHALL NOT BE HIGHER THAN SIDEWALKS, NOR MORE THAN ¼ LOWER WHERE THERE ARE PLANTING STRIPS. NO ADDITIONAL PAYMENT RELOCATE STREET LIGHT OR UTILITY POLES THE CONTRACTOR SHALL NOT, UNDER ANY CIRCUMSTANCES, DISTURB, REMOVE OR RELOCATE EXISTING STREET LIGHT POLES OR OTHER EXISTING UTILITY POLES USE OF SLAG ANY REFERENCE TO SLAG IN THESE SPECIFICATIONS OR IN THE CONTRACT PLANS IS INTERPRETED TO MEAN AIR-COOLED BLAST FURNACE SLAG FROM A PENNDOT APPROVED SOURCE, AS LISTED IN PENNDOT BULLETIN NO. 14. THE CONTRACTOR MUST SUBMIT RECEIPTS PRIOR TO INSTALLATION INDICATING THE MATERIAL WAS OBTAINED FROM AN APPROVED SOURCE. NO PAYMENT WILL BE MADE FOR ANY OTHER TYPE OF SLAG WHICH HAS NOT BEEN SPECIFIED. AT NO TIME SHALL SLAG BE USED AS A SUBBASE MATERIAL FORMING AND CONSTRUCTION OF CONCRETE CURB ALL CONCRETE CURBS SHALL BE FORMED AND CONSTRUCTED AS A SEPARATE UNIT APART FROM THE SIDEWALK RAMP AREA, AS SHOWN IN THE SPECIFICATIONS ON PAGE NO. 19 CITY OF PITTSBURGH STANDARD DRAWING ACCESSION NO. ML-220. THE REQUIREMENT FOR THE ½ EXPANSION MATERIAL IMPLIES A JOINT AND PRECLUDES A MONOLITHIC POUR OF THE SIDEWALK RAMP SLAB. CURBING IS TO BE POURED SEPARATELY CONCRETE JUNCTION BOX MODIFICATION INCLUDING NEW LID AND FRAME SEE CONCRETE JUNCTION BOX MODIFICATION ITEM DESCRIPTION PROJECT LIST A LIST OF STREETS/INTERSECTIONS FOR CURB RAMP INSTALLATION WILL BE PROVIDED WITH THE REQUEST FOR ESTIMATE. THE LIST IS FIRM AND IS NOT SUBJECT TO CHANGE. A STREET LIST WILL BE PROVIDED FOR EACH SUCH ESTIMATE DURING THE COURSE OF THE PROJECT INSPECTOR S FIELD OFFICE TYPE B FOR CITY PERSONNEL THE CONTRACTOR SHALL PROVIDE, WHEN DIRECTED, A TYPE B FIELD OFFICE FOR THE EXCLUSIVE USE OF CITY PERSONNEL, AS PER PENNDOT SPECIFICATION FORM 408, SECTION 609.1, 609.2A, 609.2B, AND UNDER INSPECTOR S FIELD OFFICE AND INSPECTION FACILITIES BITUMINIOUS MATERIAL CONTRACTOR SHALL FURNISH BITUMINOUS MATERIALS TACK COAT AND SEALING MATERIALS. THE COST FOR BITUMINOUS MATERIALS TACK COAT AND SEALING MATERIALS, AS WELL AS THEIR APPLICATIONS, SHALL BE INCLUDED IN OTHER ITEMS OF WORK AND NO SEPARATE PAY ITEM SHALL BE MADE FOR SUCH MATERIALS AND WORK. 7

9 DUPLICATE LOAD SLIPS OF BITUMINOUS MATERIAL MUST BE PROVIDED FOR EACH TRUCK LOAD, AND SUBMITTED TO THE PROJECT INSPECTOR. EACH SLIP MUST BE STAMPED WITH THE TIME THE TRUCK WAS LOADED AT THE PLANT SITE. ASPHALT BINDER AND SURFACE MATERIAL TO BE TYPE ID2-A COMPLETION OF WORK PROJECT THE CONTRACTOR SHALL COMPLETE ALL WORK ON THIS PROJECT WITHIN THE SPECIFIED PROJECT DURATION SUFFICIENT NUMBER OF PERSONNEL - WORKFORCE THE CONTRACTOR SHALL HAVE A SUFFICIENT NUMBER OF PERSONNEL (WORK FORCE), SUPERVISION EQUIPMENT, AND TOOLS, NECESSARY FOR THE COMPLETE INSTALLATION OF ALL SIDEWALK RAMPS, SIDEWALKS, CURBS, AND DRIVEWAYS SETTING OR RESETTING MONUMENTS THE CONTRACTOR SHALL NOTIFY THE DEPARTMENT OF PUBLIC WORK S SURVEYS DIVISION, MR. LEN RECKER AT , FORTY-EIGHT (48) HOURS IN ADVANCE OF CONSTRUCTION WHEN SETTING OR RESETTING CITY OF PITTSBURGH SURVEY MONUMENTS. UNDER NO CIRCUMSTANCE SHALL ANY MONUMENT BE DISTURBED, COVERED OR RELOCATED WITHOUT WRITTEN APPROVAL FROM THE DIRECTOR. ALL MONUMENT LOCATIONS WILL BE DETERMINED AND APPROVED BY THE DIRECTOR. WHEN APPROVED BY THE DIRECTOR, MONUMENTS WILL BE SET OR RESET BY THE CONTRACTOR AND PAID. MONUMENTS WILL BE SUPPLIED BY THE CITY OFF-DUTY UNIFORMED POLICE OFFICERS IF REQUIRED BY THE CITY FOR TRAFFIC CONTROL, THE DOCUMENTED CHARGES WILL BE REIMBURSED BY THE CITY. PLEASE BE ADVISED THAT ALL CONTRACTORS MUST, AT A MINIMUM, ADHERE TO THE PAY SCALE OF THE THEN-CURRENT FRATERNAL ORDER OF POLICE LODGE #1 CONTRACT AUTHORIZING RESOLUTION THIS CONTRACT IS ENTERED IN THE CITY PURSUANT TO SECTION 161.2(B) OF THE PITTSBURGH CODE AND RESOLUTION NO. 646, APPROVED NOVEMBER 06, 2009 AND EFFECTIVE NOVEMBER 13, PERFORMANCE BOND TO INSURE THE FAITHFUL PERFORMANCE OF ITS DUTIES UNDER THIS CONTRACT, VENDOR SHALL PROVIDE CITY WITH A PERFORMANCE BOND IN THE AMOUNT OF $5, WITH A CORPORATE SURETY ACCEPTABLE TO CITY, PRIOR TO EXECUTION OF THIS CONTRACT BY CITY. SAID PERFORMANCE BOND SHALL BE MAINTAINED BY VENDOR THROUGHOUT THE TERM OF THIS CONTRACT, OR, ANY RENEWAL OR EXTENSION THEREOF. THE CITY RESERVES THE RIGHT TO INCREASE THE REQUIREMENT AMOUNT OF THE PERFORMANCE BOND DEPENDENT UPON ANY CHANGES IN THE VALUATION OF THIS CONTRACT INSURANCE PRIOR TO EXECUTION OF THIS CONTRACT BY CITY, VENDOR SHALL CAUSE TO BE ATTACHED HERETO A CERTIFICATE OF INSURANCE DULY EXECUTED BY THE OFFICERS OR AUTHORIZED REPRESENTATIVES OF A RESPONSIBLE AND NON-ASSESSABLE INSURANCE COMPANY, 8

10 EVIDENCING THE FOLLOWING MINIMUM COVERAGES AND SPECIFICALLY IDENTIFYING THE CITY OF PITTSBURGH AS AN ADDITIONAL INSURED, WHICH INSURANCE SHALL BE NON-CANCELLABLE, EXCEPT UPON THIRTY (30) DAYS PRIOR TO WRITTEN NOTICE TO CITY. INDIVIDUAL OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY INJURY, INCLUDING DEATH $500, $1,000, PROPERTY DAMAGE $500, $1,000, AUTOMOBILE LIABILITY BODILY INJURY, INCLUDING DEATH $500, $1,000, PROPERTY DAMAGE $500, $1,000, ALL PREMIUMS SHALL BE AT THE EXPENSE OF THE VENDOR, AND ALL SUCH INSURANCE COVERAGE SHALL BE ON AN OCCURRENCE, NOT A "CLAIMS-MADE" BASIS, AND SHALL BE INDICATED AS SUCH. IN THE EVENT THAT THE TERM OF SAID INSURANCE SHALL EXPIRE PRIOR TO THE EXPIRATION OF THE TERM OF THIS CONTRACT, OR ANY RENEWAL OR EXTENSION THEREOF, VENDOR SHALL RENEW SAID INSURANCE IN A TIMELY MANNER AND SHALL PROMPTLY CAUSE A CERTIFICATE OF INSURANCE EVIDENCING SUCH RENEWAL, AND ALSO IDENTIFYING THE CITY OF PITTSBURGH AS AN "ADDITIONAL INSURED", TO BE FORWARDED TO THE DIRECTOR OF THE DEPARTMENT OF FINANCE (HEREINAFTER, "THE DIRECTOR"). ALL INSURANCE COVERAGES ORIGINALLY REQUESTED ARE TO BE INCLUDED IN THIS RENEWAL. FAILURE TO PROVIDE AND RENEW SUCH INSURANCE, AS REQUIRED ABOVE, SHALL BE DEEMED A MATERIAL BREACH OF THE CONTRACT, AND MAY BE THE BASIS FOR IMMEDIATE TERMINATION THEREOF WORKER S COMPENSATION VENDOR HEREBY CERTIFIES THAT IT HAS ACCEPTED THE PROVISIONS OF THE PENNSYLVANIA WORKER S COMPENSATION AND OCCUPATIONAL DISEASE ACTS, AS AMENDED AND SUPPLEMENTED, INSOFAR AS THE SERVICES COVERED BY THIS CONTRACT ARE CONCERNED, AND THAT IT HAS INSURED ITS LIABILITY THEREUNDER IN ACCORDANCE WITH THE TERMS OF SAID ACTS, AS EVIDENCED BY THE CERTIFICATE OF INSURANCE IT HAS CAUSED TO BE ATTACHED HERETO. ITEM DESCRIPTION CONCRETE HANDICAP SIDEWALK RAMPS COMPLETE PAYMENT MADE PER EACH CONCRETE HANDICAP SIDEWALK RAMP SHALL BE FULL COMPENSATION FOR THE FURNISHING OF ALL MATERIALS, EQUIPMENT, TOOLS AND LABOR NECESSARY FOR THE REMOVAL AND REPLACEMENT OF EXISTING SIDEWALK SURFACE, BASE AND UNSUITABLE MATERIAL, IF ANY AND THE CONSTRUCTION OF SAID RAMPS AS PER CITY STANDARDS. IT SHALL ALSO INCLUDE GROOVING OF RAMPS, PLANKS AND WALKS FOR ACCOMMODATION OF THE PUBLIC AND ACCESS TO PRIVATE PROPERTIES, THE DISPOSAL OF SURPLUS EXCAVATED MATERIAL AND ALL EXPANSION JOINT MATERIAL, JOINT SEALANT, AND PROTECTIVE CONCRETE SEALER REQUIRED FOR THE COMPLETE CONSTRUCTION OF HANDICAP SIDEWALK RAMPS. PAYMENT SHALL BE AT THE UNIT PRICE BID FOR EACH RAMP. 9

11 CONCRETE HANDICAP SIDEWALK 6 REINFORCED CONCRETE COMPLETE PAYMENT MADE PER EACH CONCRETE HANDICAP SIDEWALK RAMP SHALL BE FULL COMPENSATION FOR THE FURNISHING OF ALL MATERIALS, EQUIPMENT, TOOLS AND LABOR NECESSARY TO REMOVE EXISTING SIDEWALK SURFACE, BASE AND UNSUITABLE MATERIAL, IF ANY, INCLUDING THE PLACEMENT OF NO. 4 GA. EPOXY COATED STEEL WIRE MESH 6 X 6 SPACING REINFORCING MATERIALS, AND THE CONSTRUCTION OF SAID RAMPS AS PER CITY STANDARDS. IT SHALL ALSO INCLUDE PLANKS AND WALKS FOR ACCOMMODATION OF THE PUBLIC AND ACCESS TO PRIVATE PROPERTIES, THE DISPOSAL OF SURPLUS EXCAVATED MATERIAL AND ALL EXPANSION JOINT MATERIAL, JOINT SEALANT, AND CONCRETE PROTECTIVE SEALER REQUIRED FOR THE COMPLETE CONSTRUCTION OF HANDICAP SIDEWALK RAMPS. PAYMENT SHALL BE AT THE UNIT PRICE BID FOR EACH RAMP BRICK HANDICAP SIDEWALK RAMPS COMPLETE PAYMENT MADE PER EACH BRICK HANDICAP SIDEWALK RAMP SHALL BE FULL COMPENSATION FOR THE FURNISHING OF ALL MATERIALS, EQUIPMENT, TOOLS AND LABOR NECESSARY TO REMOVE EXISTING BRICK SIDEWALK, BASE AND UNSUITABLE MATERIAL, IF ANY, AND THE CONSTRUCTION OF SAID RAMPS INCLUDING THE 4 CONCRETE BASE AS PER CITY STANDARDS. PAYMENT SHALL ALSO INCLUDE THE INSTALLATION OF BITUMINOUS SETTING BED AND/OR LATEX MORTAR SETTING BED AS INDICATED ON THE CONTRACT PLANS AND/OR DETAILS IN ACCORDANCE WITH CURRENT CITY OF PITTSBURGH STANDARDS FOR CONSTRUCTION. PAYMENT FOR THE RECLIPPING, STORING AND REUSE OF EXISTING BRICK AND ALL NEW BRICK REQUIRED SHALL ALSO BE INCLUDED IN THIS ITEM. CONTRACTOR SHALL INSTALL BRICKS WITH DETECTABLE WARNING TRUNCATED DOMES (DWTD) FOR A 2 FOOT (2 ) BY 4 FOOT (4 ) AREA DIRECTLY BEHIND CURB. PAYMENT SHALL ALSO INCLUDE PLANKS AND WALKS FOR ACCOMMODATION OF THE PUBLIC AND ACCESS TO PRIVATE PROPERTIES, THE DISPOSAL OF SURPLUS EXCAVATED MATERIAL AND ALL EXPANSION JOINT MATERIAL AND JOINT SEALANT REQUIRED FOR THE COMPLETE CONSTRUCTION OF HANDICAP SIDEWALK RAMPS. CONCRETE DEEP CURB THE QUANTITY MEASURED FOR COMPENSATION SHALL BE THE TOTAL LENGTH MEASURED ALONG THE FACE OF CURBS OF THE TYPES SPECIFIED, AND OF RADIUS CURBS OF RESPECTIVE TYPES, EACH AS SET IN ACCORDANCE WITH THE STANDARDS FOR CONSTRUCTION, CONTRACT PLANS OR AS ORDERED IN THE FIELD BY THE DIRECTOR. PAYMENTS MADE SHALL BE FULL COMPENSATION FOR THE CURB COMPLETE IN PLACE, INCLUDING ALL EPOXY COATED STEEL REINFORCEMENT IN PLACE, EXCAVATION BELOW CURB GRADE, BROKEN STONE DRAINS UNDER, IN FRONT OF, AND IN BACK OF CURB, BACKFILLING IN BACK OF CURB, AND DISPOSAL OF EXCESS EXCAVATED MATERIAL, AND RESTORATION OF SIDEWALK DISTURBED OR DAMAGED, INCLUDING THE REPLACING OF ALL FLAGPOLES SOCKETS DISTURBED AND THE FURNISHING AND SOWING OF GRASS SEED, IN CONFORMITY WITH REQUIREMENTS. THE QUANTITY MEASURED FOR COMPENSATION FOR THE CONCRETE RADIUS CURB SHALL BE THE LENGTH OF CURB BETWEEN TANGENT POINTS AT THE ENDS OF THE RADIUS CURB. EXPANSION JOINT MATERIAL, SEALANT, AND PROTECTIVE CONCRETE SEALER USED FOR THIS ITEM SHALL BE INCLUDED. PAYMENT SHALL BE MADE PER LINEAL FOOT. 10

12 CONCRETE RADIUS DECK CURB THE QUANTITY MEASURED FOR COMPENSATION SHALL BE THE TOTAL LENGTH MEASURED ALONG THE FACE OF CURBS OF THE TYPES SPECIFIED, AND OF RADIUS CURBS OF RESPECTIVE TYPES, EACH AS SET IN ACCORDANCE WITH THE STANDARDS FOR CONSTRUCTION, CONTRACT PLANS, OR AS ORDERED IN THE FIELD BY THE DIRECTOR. PAYMENTS MADE SHALL BE FULL COMPENSATION FOR THE CURB COMPLETE IN PLACE, INCLUDING ALL EPOXY COATED STEEL REINFORCEMENT IN PLACE, EXCAVATION BELOW CURB GRADE, BROKEN STONE DRAINS IN BACK OF CURB, BACKFILLING IN BACK OF CURB, AND DISPOSAL OF EXCESS EXCAVATED MATERIAL, AND RESTORATION OF SIDEWALK DISTURBED OR DAMAGED, INCLUDING THE REPLACING OF ALL FLAGPOLES SOCKETS DISTURBED AND THE FURNISHING AND SOWING OF GRASS SEED, IN CONFORMITY WITH REQUIREMENTS. THE QUANTITY MEASURED FOR COMPENSATION FOR THE CONCRETE RADIUS CURB SHALL BE THE LENGTH OF CURB BETWEENN TANGENT POINTS AT THE ENDS OF THE RADIUS CURB. EXPANSION JOINT MATERIAL, SEALANT, AND PROTECTIVE CONCRETE SEALER USED FOR THIS ITEM SHALL BE INCLUDED. PAYMENT SHALL BE MADE PER LINEAL FOOT. CONCRETE SIDEWALK THE QUANTITY MEASURED FOR COMPENSATION SHALL BE THE COMPUTED AREA OF CONCRETE SIDEWALKS OF RESPECTIVE TYPES LAID COMPLETE IN PLACE, IN CONFORMITY WITH THE CONTRACT PLANS, STANDARDS FOR CONSTRUCTION, OR ORDERS OF THE DIRECTOR, AND PAYMENTS MADE FOR RESPECTIVE TYPES SHALL BE FULL COMPENSATION FOR CONSTRUCTING THE SIDEWALKS COMPLETE IN PLACE, INCLUDING EXCAVATION BETWEEN THE SUB-GRADE AND FINISHED SURFACE, THE FURNISHING AND PLACING OF BROKEN STONE, GRAVEL OR SLAG BASE, THE CONSTRUCTION OF JOINTS AS SPECIFIED FOR THE RESPECTIVE TYPES; PLANKS AND WALKS FOR ACCOMODATION OF THE PUBLIC AND FOR ACCESS TO PRIVATE PROPERTIES AND FOR THE DISPOSAL OF SURPLUS EXCAVATION THEREFORE. EXPANSION JOINT MATERIAL, SEALANT, AND PROTECTIVE CONCRETE SEALER USED FOR THIS ITEM SHALL BE INCLUDED. PAYMENT SHALL BE MADE PER SQUARE YARD. REPAVE WITH BITUMINOUS SURFACING ID2-A WORK UNDER THIS ITEM SHALL INCLUDE REMOVAL AND DISPOSAL OF EXISTING PAVEMENT TO TOP OF SUB-BASE WHERE REQUIRED. IT ALSO SHALL INCLUDE FURNISHING ALL LABOR, BITUMINOUS MATERIALS, TACK COAT AND SEALING MATERIALS, TOOLS, EQUIPMENT AND OTHER FACILITIES NECESSARY TO PROVIDE COMPLETE, IN PLACE ID2-A SURFACING IN ACCORDANCE WITH CITY OF PITTSBURGH SPECIFICATIONS. WHERE BITUMINOUS SURFACING IS SPECIFIED, IT SHALL BE PAID FOR BY WEIGHT. PAYMENT SHALL BE MADE PER TON. CONCRETE JUNCTION BOX MODIFICATION INCLUDING NEW LID AND FRAME THIS UNIT PRICE WORK ITEM SHALL INCLUDE ALL MATERIALS, EQUIPMENT, TOOLS AND LABOR NECESSARY FOR THE COMPLETE MODIFICATION OF THE EXISTING CONCRETE JUNCTION BOX IN PLACE. PAYMENT FOR THIS ITEM SHALL ALSO INCLUDE THE CUTTING OF THE CONCRETE JUNCTION BOX, PURCHASE AND INSTALLATION AND RESETTING OF A NEW LID AND FRAME, PLACEMENT OF PLANKS AND WALKS FOR ACCOMMODATION OF THE PUBLIC AND ACCESS TO THE PRIVATE PROPERTIES. ALSO, DISPOSAL OF SURPLUS EXCAVATED MATERIALS, ALL EXPANSION JOINT MATERIAL AND JOINT SEALANT REQUIRED FOR THE COMPLETE MODIFICATION OF THE CONCRETE JUNCTION BOX. PARTIAL RECONSTRUCTION OF CATCH BASINS, AND INLETS PAYMENT WILL BE MADE UNDER THIS ITEM WHEN CATCH BASINS ARE ORDERED BY THE DIRECTOR IN THE FIELD TO BE REMOVED TO THE TOP OF STENCH PLATE; AND INLETS, TO THE INVERT OF THE OUTLET PIPE; AND CONSTRUCTED WITH NEW BRICK MASONRY TO THE LINES AND 11

13 GRADES DETERMINED IN THE FIELD AND SHALL INCLUDE FULL COMPENSATION FOR SUCH RECONSTRUCTION COMPLETE INCLUDING CEMENT MORTAR PLASTER OF THE INSIDES, THE REMOVAL AND STORING OF OLD CASTINGS AND THE PLACING AND FILLING OF CASTINGS REQUIRED TO BE RESET. SETTING OR RESETTING MONUMENTS WORK UNDER THIS ITEM SHALL INCLUDE THE COMPLETE INSTALLATION OF MONUMENTS AS INDICATED ON THE CONTRACT PLANS AND/OR DETAILS IN ACCORDANCE WITH CURRENT CITY OF PITTSBURGH STANDARDS FOR CONSTRUCTION. PAYMENT SHALL BE MADE FOR EACH MONUMENT. OFF DUTY UNIFORMED POLICE OFFICER HOURS PAYMENT MADE PER HOUR FOR THIS ITEM WILL BE FULL COMPENSATION FOR PROVIDING OFF-DUTY UNIFORMED POLICE OFFICERS TO DIRECT TRAFFIC AS ORDERED BY THE DIRECTOR AND IN ACCORDANCE WITH THE SPECIAL PROVISIONS. INSPECTORS FIELD OFFICE TYPE B WEEK INCLUDES FURNISHING AND MAINTAINING A FIELD OFFICE IN ACCORDANCE WITH THE GENERAL REQUIREMENTS PER WEEK. DETECTABLE WARNING TRUNCATED DOMES (DWTD) THE PRICE BID PER EACH SHALL BE FULL COMPENSATION FOR SAWCUTTING, EXCAVATION, CONSTRUCTION OF CAST IN PLACE OR PRE CAST 2 X 4, 6 THICK, CITY CLASS PP EPOXY COATED REINFORCED, COLORED DWTD PADS DIRECTLY BEHIND THE CURB, WHERE SAID CURB IS LEVEL WITH THE STREET. SEE STANDARD DETAIL FOR MORE INFORMATION. TO ENHANCE THE COLOR CONTRAST, COLOR SHOULD BE BLACK (SAFETY YELLOW IS PREFERRED) THROUGHOUT. C-15 CONCRETE SIDEWALK 6 REINFORCED THE QUALITY MEASURED FOR COMPENSATION SHALL BE COMPUTED AREA OF CONCRETE SIDEWALKS OF RESPECTIVE TYPES LAID COMPLETE IN PLACE, IN CONFORMITY WITH THE CONTRACT PLANS, STANDARDS FOR CONSTRUCTION, OR ORDERS OF THE DIRECTOR, AND PAYMENTS MADE FOR RESPECTIVE TYPES SHALL BE FULL COMPENSATION FOR CONSTRUCTING THE SIDEWALKS COMPLETE IN PLACE, INCLUDING EXCAVATION BETWEEN THE SUB-GRADE AND THE FINSHED SURFACE, THE FURNISHING AND PLACING OF #4 GAGE STEEL WIRE MESH 6 X 6, BROKEN STONE, GRAVEL OR SLAG BASE, THE CONSTRUCTION OF JOINTS AS SPECIFIED FOR THE RESPECTIVE TYPES; PLANKS AND WALKS FOR ACCOMMODATION OF THE PUBLIC AND FOR ACCESS TO PRIVATE PROPERTIES AND FOR THE DISPOSAL OF SURPLUS EXCAVATION THEREFORE. EXPANSION JOINT MATERIAL AND SEALANT USED FOR THIS ITEM SHALL BE INCLUDED. PAYMENT SHALL BE MADE PER SQUARE YARD. 12

14 1.0 GENERAL CONTRACT CONDITIONS 1.1 EXCLUSIVITY 1.2 AUTHORIZATION 1.3 INITIATING THE WORK 1.4 INVOICING 1.5 COORDINATION WITH OTHERS 1.6 PERMITS 1.7 BONDING AND INSURANCE 1.8 SAFETY AND CODE REQUIREMENTS 1.9 EMERGENCY WORK 1.10 CONSTRUCTION DOCUMENTS: DRAWINGS AND TECHNICAL SPECIFICATIONS 1.11 USE AND POSSESSION PRIOR TO COMPLETION 1.12 INSPECTIONS AND PROJECT CLOSEOUT 1.13 LIQUIDATED DAMAGES 1.14 GUARANTEE 1.15 CLARIFICATION OF OWNERSHIP 2.0 GENERAL INSTALLATION REQUIREMENTS 2.1 TESTING 2.2 STORAGE OF MATERIALS AND EQUIPMENT 2.3 PROTECTION OF WORK 2.4 RESTORATION AND MAINTENANCE OF SURFACES 2.5 CUTTING, FITTING, AND PATCHING 2.6 CLEANUP OF PREMISES AND EQUIPMENT 3.0 BASIS OF ACCEPTANCE 3.1 UNIT PRICES, PERSONNEL, MARKUP, EQUIPMENT 4.0 REFERENCES, ETC. 13

15 1.0 GENERAL CONTRACT CONDITIONS (cont.) A. The City of Pittsburgh Bid and General Contract Conditions (1984) revised June, B. The following Sections are to be excluded from the General Contract Conditions except as noted below: 1) TITLE II a. Article 3, Sec EXAM. OF WORKSITE b. Article 4, Sec BONDS shall be modified as stated in the attached specifications c. Article 4, Section 2.46 INSURANCE shall be modified as stated in the attached specifications d. Art. 5, Sec COMMENCEMENT OF WORK e. Art. 6, Sec M/WBE (MBE/WBE language shall be modified as stated in Articles of Agreement ) 2) TITLE III a. Art. 1, Sec MAINTENANCE& GUARANTY b. Article 4, Section 3.43 COMPENSATION FOR ALTERATIONS/EXTRA WORK c. Art. 5, Sec MAX. UNIT PRICE d. Art. 5, Sec RETAINAGE e. Art. 6, Sec PREVAILING WAGE AND WORKER S COMPENSATION shall be deleted in its entirety and the following paragraph inserted in its place: 3.66 WORKER S COMPENSATION. Contractor hereby certifies that it has complied with the provisions of the Pennsylvania Worker s Compensation and Occupational Disease Acts. PLEASE NOTE THAT THE PROPOSAL TERMS, CONDITIONS, AND SPECIFICATIONS ARE PRIMARY; UNLESS OTHERWISE SPECIFIED, THEY SUPERCEDE THESE CONDITIONS, AS THESE SUPERCEDE THE BID AND GENERAL CONTRACT CONDITIONS WHERESOEVER A CONFLICT MAY APPEAR. 1.1 EXCLUSIVITY This contract shall be non-exclusive. The City reserves the right to do work of the type covered by this contract with City forces or with other contracts. 1.2 AUTHORIZATION The award of this contract shall be such that any City Department may make use of it under the terms stipulated. However, all work must have prior authorization of the Department Director(s), or, his/her designee. 14

16 1.3 INITIATING THE WORK The procedure for initiating the work shall be as follows: A. The Department Director or his representative shall, by Request For Quote (RFQ) letter, describe the work for each intended project and request this Contractor to submit a not-to-exceed cost proposal based upon the rates and unit prices established in this bid as well as any other costs associated with the completion of the work. The Contractor shall follow the requested format for the submission of each proposal as enumerated in the RFQ. Each proposal must include a written estimate on City forms and shall be submitted as per the time frame indicated in the proposal specifications, unless otherwise specified by the city. B. Such estimates must be in a format acceptable to the City of Pittsburgh and should include approximate start and finish dates, cost breakdowns for labor, material and equipment, (including truck time, when applicable), a schedule of values with a total cost for the project as per City supplied construction documents, a list of shop drawings (to be supplied as required by the project), a list of subcontractors and/or suppliers (when value of work is > $1000.) together with a copy of their proposal(s) including breakdowns, and any other data which may be pertinent and requested. On projects estimated to cost-over $10,000. a minimum of two (2) sub-contractor and supplier proposals may be requested for review and approval. On large projects, a construction schedule with periodic updates may be required to be provided at no additional cost. C. Non-adherence to the stipulated start and completion dates or failure to supply requested documentation in a timely manner for the proper progress of the work may be cause for immediate cancellation of an individual project or of a bidder s entire contract D. The Department Director may notify the Contractor by a Letter Of Acceptance (LOA) of his cost proposal accepting the Not-To-Exceed-Amount (NTEA) for each project. Final cost of each completed project may not exceed the NTEA as accepted by the LOA. Only the Director of the User Department may, in writing to the Contractor, waive this clause through the Pending Change Notice (PCN) process, with prior approval of the Director of Finance. E. Unless otherwise directed, the Contractor must begin work within the time frame indicated in the proposal specifications and shall perform the work in accordance with the Department Director's orders and instructions. 1.4 INVOICING A. The Contractor shall prepare his invoices based on the aggregate of those items computed from the project estimate as accepted and enumerated in the LOA. Detailed breakdowns consistent with the initial price proposals are required with each invoice. Each invoice page must also show contract number, project number, company name and contact person, etc. The Contractor will also be responsible for submitting a complete breakdown of subcontracting costs together with all subcontractors documentation (i.e., labor invoices, material invoices, equipment rental, etc.). Invoices shall be submitted directly to the Department initiating the project and should be submitted not more than once a month, or at project completion, whichever comes first. Contractor will be responsible to follow the user Department's invoicing procedures. Payment to the Contractor shall be consistent with the City Inspector's daily labor and material logs. Itemized payroll records must be available, when, and as, required. B. City Business Privilege Tax is the Contractor's and Sub-Contractor s responsibility and as such is not a reimbursable item on Contractor's or Sub-Contractor s billing. C. PA State Sales taxes paid by the Contractor on material purchases or equipment rentals are reimbursable if included on third party invoices submitted. D. Off-site fabrication time may be allowed, if approved by the Department Director and is included in the proposal. City Inspector shall be permitted to verify off-site fabrication as deemed appropriate. 15

17 E. A Final project invoice MUST be submitted within 45 days after the completion of the work on each project. Failure to submit the required product warranties, operation manuals, and maintenance manuals may delay final payment. When submitting the Final project invoice, the Contractor shall state therein that payment of said invoice constitutes full and complete payment of all monies owed and billable on said project. Any exception to this should be so noted and tallied on the Final invoice. After receipt and processing of the Final project invoice, the City will not entertain any additional cost for that particular project and will consider the project closed. 1.5 COORDINATION WITH OTHERS This Contractor shall cooperate with all other entities involved in the project including the Owner in the scheduling of the work so that he does not delay or interfere with the others' work. It will be this Contractor's responsibility to coordinate the schedule for the work with other primes and subcontractors and provide input to General Contractor for preparation, periodical update, and distribution of a master schedule for each project, if required, at no additional cost. The master schedule shall include the work of all other primes and subcontractors participating in the work. 1.6 PERMITS A. The Contractor shall secure all necessary permits and licenses required for the performance of the contract and shall pay all legal fees and charges thereof. The City shall waive any fees and charges normally associated with issuance of City permits. All other fees for Non-City permits shall be included by the Contractor in the proposal. B. The Contractor shall legally dispose of all waste associated with the work, off site, unless otherwise indicated by the Department Director. In such disposal cases, the Contractor shall secure all permits, pay all fees and produce documentation attesting to the legal disposal of such waste. Special disposal of toxic materials, debris or equipment must be specifically addressed in the proposal for each project. 1.7 BONDING AND INSURANCE IMPORTANT: BONDING AS DESCRIBED BELOW SHALL PREVAIL OVER THAT SPECIFIED IN BID AND GENERAL CONTRACT CONDITIONS. A. No Bid Bond is required B. The Performance Bond amount shall be as indicated in the Proposal specifications. C. Insurance requirements shall be as indicated in the Proposal/ project specifications. 1.8 SAFETY AND CODE REQUIREMENTS A. All Contractors shall comply with standards and regulations of Public Law , "Safety and Health Regulations for Construction", latest edition, Occupational Safety and Health Act of B. All Contractors will comply with Act No. 287 of the General Assembly, approved December 10, 1974, which defines the procedures for notification to public utilities prior to excavation, drilling or demolition work by use of powered equipment or explosives. For confirmation of utilities call C. All Contractors shall comply with all federal, state and local codes, regulations and standards as appropriate including those in regard to environmental protection, of the public, and property, etc. Where codes, regulations, and standards are referred to herein, it shall be understood that such reference is to the current issue in effect at the date of the contract including all revisions and addenda, if any, and are hereby made part of this contract and at no additional expense to the City. 16

18 1.9 EMERGENCY WORK A. Unless otherwise specified within the proposal, the Contractor must perform emergency work within the following time frames, based on situation, and must verify that their work forces can be dispatched accordingly: 4 hours EMERGENCY 48 hours URGENT B. The Contractor must have twenty-four (24) hours a day accessibility (Answering service, or Machine and paging capability). The Contractor must also have a FAX machine in operation by time of contract commencement. C. The Contractor must also have the ability to complete emergency work as requested by the City within a 24 hour period from initiation of repair, unless other arrangements are approved. Non-adherence to this clause may be cause for cancellation of contract CONSTRUCTION DOCUMENTS: DRAWINGS AND TECHNICAL SPECIFICATIONS A. The Contractor will be required to comply with all drawings and technical specifications, which may be associated with each particular project. Failure to comply may result in delay of payments, back-charging for corrective remedial work, and/or cancellation of the contract. B. On certain large and/or complex projects, the contractor may be required to provide shop drawings and catalogue cuts of the proposed equipment and/or assemblies. Submittals of these types shall be furnished in a timely manner for the progress of the work and at the Department Director's request and the cost thereof will be considered as Overhead. C. Where standards, specifications, and codes are referred to herein, it shall be understood that such reference is to the issue in effect as of the date of the proposal, including all revisions and addenda, if any. D. The material, equipment, and installation shall conform to all applicable regulations, and codes and as such are hereby made a part of the proposal specifications. They shall take precedence over these proposal specifications and shall be satisfied by the contractor at no additional expense to the City USE AND POSSESSION PRIOR TO COMPLETION A. The City shall have the right to take possession of or use any completed or partially completed part of the work. Before taking possession of, or using any part of the work, the Department Director shall furnish the Contractor with a Certificate of Substantial Completion containing a list of items of work remaining to be completed or corrected for those portions of the work that the City intends to take possession of, or use. However, failure of the Director to list any item of work shall not relieve the Contractor of responsibility for complying with the terms of the Contract. The City's possession or use of some of the work shall not be deemed an acceptance of all of the work under the Contract. B. For those portions of the work which the City has such possession or use, the Contractor shall be relieved of the responsibility of loss or damage to the work resulting from the City's possession or use, notwithstanding the terms of any warranties, maintenance responsibilities, protection requirements, or other specified duties which remain the Contractor's responsibility beyond the Date of Substantial Completion INSPECTIONS AND CLOSEOUT A. During the course of the project, the City will designate an employee to this site to monitor the work. The Designee shall act as the Director's Representative on all matters in the field. The Contractor shall fully cooperate with the Designee. The Contractor's Field Representative may be requested to sign the Designee's daily log as verification of hours worked by the Contractor. Only the actual hours that workers are productively engaged in the progress of the work will be logged by the Designee. It is in the Contractor's best interest to efficiently and effectively manage each project. 17

19 B. When the work is substantially complete, the Contractor may request a Pre-Final Inspection. At that time a punch-list of deficiencies and/or incomplete work will be compiled and sent to the Contractor(s) for completion. All punch-list items must be completed within 30 days unless otherwise arranged. If there are no discrepancies found at the Pre-Final, this inspection may be considered a Final Inspection and as such Final Acceptance of the work. C. One (1) Initial Project Meeting, and one (1) Pre-Final and/or Final Inspection shall be a requirement for every project. Only line items submitted as part of the original project estimate as awarded, will be considered pay items LIQUIDATED DAMAGES A. Substantial and unreasonable delays in response times, estimated time, or non-adherence thereto shall constitute cause for the assessment of liquidated damages. Such damages shall be assessed at the rate of $ per day for every day of such substantial delay, unless otherwise specified. Liquidated damages shall be deducted from payments due under this contract GUARANTEE A. The Contractor shall, at his cost, replace any work, materials or equipment furnished and installed by him under this contract which develops defects, except from vandalism or unusual wear and tear, within one (1) year from the date of the Final Acceptance of the work for each project. Additional warranties of specific materials and systems may be required of the Contractor on a per project basis and will be so noted in the Department Director s requesting (RFQ) letter CLARIFICATION OF OWNERSHIP A. Providing false or insufficient information may result in the successful Bidder being subjected to civil and/or criminal liabilities. 2.0 GENERAL INSTALLATION REQUIREMENTS A. Installation shall be of a quality not less than is accepted as industry standard for any trade covered herein. B. All materials furnished under this contract shall be determined safe by nationally recognized testing laboratory, such as underwriter s laboratories inc., or factory mutual engineering corporation. All material shall be labeled, certified, or listed by such laboratory. 2.1 TESTING A. Testing of materials or of the installation of same may be required by the Department Director. If the materials and installation are found to be in accordance with the contract documents, the cost of testing and replacement of the installation shall be paid by the City. If the work is found not in accordance with the Contract Documents, the Contractor shall pay the costs of testing and replacement of an installation that is in accordance with the Contract. B. Any material or equipment, which is found to be defective during the tests, shall be removed and replaced with new by this Contractor at no additional cost to the City unless it is found that this condition was caused by the City of Pittsburgh or a separate prime contractor in which event the City shall be responsible for the payment of said costs and will pursue reimbursement from the contractor(s) responsible. 18

20 2.2 STORAGE OF MATERIALS AND EQUIPMENT A. The Contractor will be required to store his material and equipment in a location, which will not interfere with the normal operations of other contractors or employees of the City, and in a manner which will afford them maximum protection. The City will not guaranty the security nor be responsible for loss, damage or theft of stored materials or equipment in a City facility. Security of materials and equipment is the Contractor's responsibility. The Contractor shall replace such items, as required, at his own expense. B. When City-owned equipment is removed from any part of the building systems it shall be taken down with due care in a workman-like manner, the parts shall be marked for identification, and the whole shall be stored in the City stock in the contractor premises. Subject to further orders of the City, the contractor may be directed to transport the material directly to a City storage area. C. At the end of each project, a list of all City-owned equipment in the possession of the Contractor shall be sent to the Director of s. Said equipment shall be returned, at the Contractor s expense, to the City yard or as directed by the Department Director. 2.3 PROTECTION OF WORK A. This Contractor shall be held responsible for the protection of the General Public as well as City personnel during construction. This to include but not be limited to erection of barricades, screens, or other such enclosures/precautions to protect other portions of the site or building from dust, fumes and all other construction debris within the construction area. B. Protection of his work prior to the final acceptance of same is, also, the Contractor s responsibility. He shall repair or replace work damaged before final acceptance at his own expense. 2.4 RESTORATION AND MAINTENANCE OF SURFACES A. The Contractor shall adequately protect adjacent work, existing or new. He shall restore all materials including site paving, other site improvements, landscaping, exterior building components and surfaces, interior building components, equipment and surfaces which may have been damaged through his activities to a condition equal to that before work began, furnishing all labor and material required at his own cost. B. During the installation, removal, repair, or maintenance of equipment under this contract, it may be necessary for this contractor to move, remove, or relocated signs, fences, barriers, or other objects in order to gain access to existing equipment or to the proposed equipment site. The Contractor shall perform such duties, within reason, at no additional charge and shall restore the site to its original condition. C. The Contractor shall not injure trees. Trimming of trees in connection with the work or access to the work site shall be done only under the supervision of a City Forester. However, the Contract shall not be required to trim trees except at the time of the installation of new work or repair and maintenance of existing work. 2.5 CUTTING, FITTING AND PATCHING A. This Contractor shall do all cutting and fitting of all work that may be required to make the related parts come together properly to receive or be received by other parts of the work. He shall also do such patching of related parts and assemblies that may be required as a result of cutting and fitting work. B. He shall not endanger the stability of existing structures or any part thereof by cutting, digging or other operations. He shall not cut or alter any structural components in any way save with the written consent and under direction of the Department Director. 19

21 C. All patching shall be done by mechanics skilled in the trade which originally erected the work and in such manner as to restore such parts to their original (prior to the work) construction, finish, and to the satisfaction of the Owner. 2.6 CLEANUP OF PREMISES AND EQUIPMENT A. The Contractor shall not allow waste material or rubbish caused by work under this contract to accumulate in or about the premises, but shall promptly and thoroughly remove rubbish and excess tools daily from the site including immediate work area, equipment and scaffolding. Stockpile of stored material must be maintained in an orderly condition. Upon Final Completion, he shall leave the site thoroughly cleaned and ready for use. In case of a dispute, the City of Pittsburgh may remove the rubbish and do such cleanup as required and charge the cost thereof back to the Contractor responsible. B. The Contractor shall take legal responsibility for the environmentally safe disposal of construction debris, rubbish, and waste material. Special disposal of toxic materials and/or equipment should be specifically addressed in the Contractor's proposal. C. Demolished material with salvage value shall be disposed of as instructed by the director. Salvaged payments to the contractor shall be returned to the city by way of a credit Pending Change Notice (PCN). 3.0 BASIS OF ACCEPTANCE The basis for acceptance of the contractors pre-qualified hereunder shall be Experience and References. The basis for award on each of the subsequent project estimates shall be the low bid price and timely completion dates as viewed in light of the following requirements (NOTE THAT ALL REFERENCES TO REIMBURSEMENTS, RATE OF PAY, OR PRICING OF ANY SORT, IS INTENDED AS A GUIDELINE FOR BIDDING AND ESTIMATING. THE CITY WILL PAY ONLY THOSE CHARGES WHICH HAVE BEEN INCLUDED IN THE ORIGINAL PROJECT ESTIMATE AS AWARDED): 3.1 Where applicable, all Unit Prices, Personnel, Markup, and Equipment must be provided for each project bid, or, such bid may be subject to rejection. A. Principals, project managers, estimators, expeditors, clerical and all other office personnel shall be considered Overhead. Time spent in preparation of an estimate for each project shall be considered Overhead. Time spent preparing and securing permits, drawings required thereof, shop drawings, submittals, schedules, reports and invoices shall also be considered Overhead costs. B. Hauling or delivery of personnel, materials, supplies, or equipment to/from/within the job site(s) is not to be considered as billable. Travel time for personnel to/from/within the job site(s) is also not to be considered as billable hours. These costs incurred by the Contractor are to be included in project bid price. C. Use of subcontractors must be identified on each project estimate and approved by the Department Director. Such usage shall be permitted only where the subcontracted work is minor, a specialty trade, incidental to the total project, and/or more cost/time effective than other means available. D. The City may elect to have work performed utilizing (a) Unit Prices, (b) Time & Material (T & M) or (c) Lump Sum as the basis for determining project costs. Work performed using Unit Prices (Section 3.1) represent all costs associated with the work and are inclusive, as stated, will determine final project costs. Work performed on a T & M basis will use the Personnel Rates (Section 3.2), Overtime Rates (Section 3.3) if applicable, Markups (Section 3.4), and Equipment Rates (Section 3.5) to determine final project costs. Work performed as Lump Sum shall be based on agreed to price prior to authorization based on Unit Costs from Penn Dot s 408 Specifications or comparable. E. It is the intention of this contract to limit T & M and Lump Sum work to those items that are not listed as unit price items (Section 3.1) so as to use those unit prices rated listed to the greatest extent possible. New items, where applicable, should be priced per unit in the proposal or as specifically requested on a project by project basis. 20

22 4.0 REFERENCES, ETC. A. Inability to provide references or determination by the City of Pittsburgh that references are invalid or irrelevant may remove a bidder from consideration in pre-qualifying for this contract. B. The City of Pittsburgh reserves the right to inspect the facilities and available equipment to perform work under this contract of all bidders to determine the bidders abilities to perform the services required. If, in the opinion of the user Department that may recommend award, the lowest responsible bidder does not have adequate facilities and/or proper equipment to service this contract, bidder may be subject to rejection. MAINTENANCE AND PROTECTION OF TRAFFIC INCIDENTAL TO ALL ITEMS A. THE CONTRACTOR SHALL, AT ALL TIMES, PROVIDE FOR THE MAINTENANCE AND PROTECTION OF VEHICLE AND PEDESTRIAN TRAFFIC ON EACH PROJECT STREET AND ADJACENT WALKWAYS. THE FURNISHING, PLACEMENT, ERECTION, MAINTENANCE AND REMOVAL OF ALL TRAFFIC CONTROL DEVICES SHALL BE IN ACCORDANCE WITH THE PROVISIONS SET FORTH IN PENNSYLVANIA DEPARTMENT OF TRANSPORTATION S PUBLICATION 212 (OFFICIAL TRAFFIC CONTROL DEVICES), PUBLICATIONS 213 (WORK ZONE TRAFFIC CONTROL), AND PUBLICATION 408 (SPECIFICATIONS) (2007 EDITION). SIGNS, DEVICES AND EQUIPMENT NOT IN COMPLIANCE WITH THE ABOVE ARE NOT ACCEPTABLE. B. MAINTENANCE AND PROTECTION OF TRAFFIC WILL BE PROVIDED PER FIGURES 10A AND 10B, PENNDOT PUBLICATION 213. USE FLAGGERS EXCLUSIVELY FOR TRAFFIC CONTROL; USE THREE FLAGGERS IN THE VICINITY OF BENDS IN THE ROAD WHICH LIMIT SIGHT DISTANCE. C. CITY OBSTRUCTION PERMITS: THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING OBSTRUCTION PERMITS. THE CONTRACTOR MUST FURNISH TO THE CITY THE INCLUSIVE DATES OF WORK PRIOR TO THE PROPOSED START OF WORK. D. OFF-DUTY POLICE OFFICERS: OFF-DUTY POLICE OFFICERS WILL BE USED TO CONTROL TRAFFIC AT LOCATIONS WHICH MAY BE SPECIFIED BY THE DIRECTOR. (SEE SPECIFICATION #1.23) E. FLAGGERS (FLAGPERSONS): CONTRACTOR PERSONNEL ASSIGNED FLAGGING DUTIES SHALL BE PROPERLY ATTIRED, EQUIPPED, AND TRAINED. FLAGGERS WILL NOT BE USED FOR ANY OTHER CONSTRUCTION-RELATED WORK. F. GENERAL REQUIREMENTS: (1). THE CONTRACTOR SHALL COORDINATE THIS WORK WITH LOCAL BUSINESSES, RESIDENTS OR PROPERTY OWNERS TO MINIMIZE INCONVENIENCE TO THEM AND TO AVOID DELAYS IN CONSTRUCTION. (2). COORDINATE WORK SCHEDULE WITH PORT AUTHORITY TRANSIT, OPERATIONS DIVISION ( ). (3). COORDINATE TEMPORARY PARKING RESTRICTIONS WITH THE CHIEF OF POLICE, DPS. ( ). (4). INSURE ACCESS BY EMERGENCY VEHICLES AT ALL TIMES. (5). DETOURS WILL NOT BE PERMITTED ON THIS PROJECT. (6). DEFINE AND MAINTAIN SAFE PEDESTRIAN PATHS WITHIN THE WORK AREAS. INSTALL PEDESTRIAN BARRICADES ADJACENT TO OPEN EXCAVATIONS. 21

23 (7). BACKFILL OR PLATE ALL EXCAVATIONS TO TRAFFIC-WORTHY CONDITIONS DURING NON-WORKING HOURS. (8). MATERIALS OR EQUIPMENT WILL NOT BE STORED ON THE TRAVELED PORTION OF ANY TRAFFIC ARTERY IN THE PROJECT AREA. (9). COVER OR REMOVE REGULATORY AND WARNING SIGNS WHICH ARE NOT NEEDED DURING NON-WORKING HOURS. G. THE CONTRACTOR SHALL REMOVE ALL TEMPORARY TRAFFIC CONTROL SIGNS AND DEVICES FROM THE SITE AFTER COMPLETION OF THIS WORK. ALL MATERIAL USED FOR THIS WORK SHALL BECOME THE PROPERTY OF THE CONTRACTOR. H. MAINTENANCE AND PROTECTION OF TRAFFIC IS INCIDENTAL TO ALL ITEMS OF WORK. 22

24 REFERENCES A. The City will verify the Bidders competence in the type of work required by the proposed contract through a check of the references submitted below. B. Please state five (5) references for whom you have performed the type of work required in this agreement: 1. Owner/Principal Telephone Project Title Location of Work Site Scope of Work Contract Price Additional Cost for Extras 2. Owner/Principal Telephone Project Title Location of Work Site Scope of Work Contract Price Additional Cost for Extras 3. Owner/Principal Telephone Project Title Location of Work Site Scope of Work Contract Price Additional Cost for Extras 4. Owner/Principal Telephone Project Title Location of Work Site Scope of Work Contract Price Additional Cost for Extras 5. Owner/Principal Telephone Project Title Location of Work Site Scope of Work Contract Price Additional Cost for Extras 23

25 PERFORMANCE OF SERVICE It is the intent of this contract to provide the service as described herein when needed by the departments. All services must be performed/ completed within the time frame below. Penalties will apply for late performance of services. Maximum days lead-time (days from placement of order by the City to service by the vendor) * days. Service date/time will be set by the City at the time of order using above lead-time as a basis. Service must be performed no more than * hours prior to requested date and no later than * days following requested date. Penalty for late performance of service/items is SEE GENERAL CONTRACT CONDITIONS #1.13 A. Repeated incidents of late service performances and/or unnecessary delays will be construed as non-compliance with the terms and conditions of this contract and the vendor will be in default of contract. Default of contract will result in penalties of damages incurred. Waiver of late performance of service penalty may be authorized by the Director of the Department of Finance upon receipt of written documentation and explanation of extenuating circumstance effecting service schedule. Waiver of late delivery of service penalty is at the sole discretion of the Director of Department of Finance *GENERAL CONTRACT CONDITIONS #1.3 & #1.9. <> The maximum days for placement of order by the City to PERFORMANCE OF SERVICE of goods by the vendor is * days. <> Penalty for late PERFORMANCE is (See General Contract Conditions #1.13 A for services not performed within the time specified. The above prices are submitted in accordance with Advertisement, Instruction and Proposal, which are a part hereof 24

26 PERFORMANCE BOND Know All Persons by these Presents THAT As principal, and as surety are held and firmly bound unto the City of Pittsburgh, in the sum of $ as a Performance Bond. Performance Bond required is as stipulated within the contract of the contract amount to be paid to said City of Pittsburgh, aforesaid, their certain attorney, successors or assigns. To which payment, well and truly to be made, we do not bind ourselves, our successors and assign, jointly and generally, firmly by these presents. WITNESS our hands and seals, the day of in the year of our Lord, Two thousand WHEREAS, the above bound has filed with the Controller of the City of Pittsburgh proposals for to be done under and in pursuance of the Acts of Assembly and Ordinances of Council relating thereto; now THE CONDITIONS OF THE ABOVE OBLIGATION ARE SUCH That the said shall enter into a written contract, as required by said laws and ordinances in case the same shall be awarded to and well and faithfully perform and fulfill in all its parts, the contract to be made and entered into by and between the said City of Pittsburgh and the said for in accordance with the above mentioned contract, and shall indemnify and save harmless said City of Pittsburgh from all liens, and shall otherwise indemnify, save and hold harmless said City of Pittsburgh from all liens, charges, claims, loss, costs, and damages of every kind and nature whatsoever, then this obligation to be void, otherwise to be and remained in full force and virtue. It is further agreed that any alterations which may be made in the terms of the contract or in the work to be done and materials to be furnished or labor to be supplied or performed under it, or the giving by the City of Pittsburgh or any extension of time for the performance of the contract or any forbearance of the part of either the City of Pittsburgh or the principal to the other, shall not in any way release principal and the surety of sureties, or either or any of them, their heirs, executors, administrators, successors, or assigns, from their liability hereunder, notice to the sureties of any such alteration, extension or forbearance being hereby waived. Attest: For Bidder Secretary-Treasurer Sealed and Delivered in Presence of For Surety Company (Seal) (Seal) President Vice President (Seal) (Seal) Attorney-in-fact 25

27 ARTICLES OF AGREEMENT MADE AND ENTERED INTO, this day of, 20, by and between Allegheny County and the City of Pittsburgh, a municipal corporation of the Commonwealth of Pennsylvania acting in this behalf through THE DIRECTOR OF THE DEPARTMENT OF FINANCE of said City, having been duly authorized thereto by Ordinance of Council of said City (hereafter City ) AND ( Contractor ) incorporated in the Commonwealth/State of 26

28 NOW, THEREFORE, THIS AGREEMENT WITNESSETH: That the Contractor agrees, and by these presents does/do agree with the County and City under the conditions set forth in a bond which is annexed hereto and made a part hereof, to furnish all necessary materials, labor, plant, machinery and appliances, and at its own risk and expense and to do such work and/or perform such services, and/or furnish such materials required in connection therewith as may be contemplated and described herein, the specifications and such instructions as may be issued by the Director during the term of this Contract, for the prices as shown on the attached proposal. The City of Pittsburgh reserves the right, during the period while this contract is in force, to take bids and award separate contracts for individual jobs where it may be in the best interest of the City to do so, such determination to be made at the City s sole discretion. For the purpose of this Agreement, and any Exhibits attached hereto, the following terms, phrases, and their derivations shall have the meanings given below unless the context clearly mandates a different interpretation. Where the context so indicates, the present tense shall imply the future tense, words in plural include the singular, and words in the singular include the plural. The word "will" is always mandatory and not merely directory. The definitions are applicable regardless of whether the term is capitalized. 1.DEFINITION OF DIRECTOR - It is agreed by the parties to this contract, that wherever the word Director occurs in the contract, it will be considered as referring to the City. 2. DEFINITION OF CITY - The City of Pittsburgh, a municipal corporation of the Commonwealth of Pennsylvania. It is to be understood City shall also include Allegheny County for the 3.DEFINITION OF CONTRACTOR - It is agreed by the parties hereto that wherever the word Contractor, or the pronoun(s) in place thereof are used in this contract, they are to be considered as referring to and meaning the contracting party or parties, or such party or parties seeking to enter into a contract with the City of Pittsburgh, as the case may be, or the legal representatives of such party or parties. 4.DEFINITION OF COUNCIL - Council of the City of Pittsburgh, Pennsylvania. 5.DEFINITION OF STANDARD FOR CONSTRUCTION - It is agreed by the parties to this contract that wherever the words "Standard for Construction" or the pronouns in place thereof are used in this contract, they are to be considered as referring to and reading "Part 3" of the "Contract for Construction," of the Department of Public Works, Bureau of Engineering & Construction, as contained in a separate pamphlet and as revised to date of advertisement of this contract. 6.COMPONENTS OF CONTRACT - The following documents are part of this contract and supplement one another: A. ADVERTISEMENT for proposals as published in newspapers of general circulation (for contracts with an estimated value above $10,000.00); B. PROPOSAL made by the prospective Contractor on the separate form provided by the City; C. Particular SPECIFICATIONS special to this contract (if applicable); D. STANDARD(S) FOR CONSTRUCTION (if applicable); E. ARTICLES OF AGREEMENT; The contract shall become binding upon the formal acceptance of the prospective Contractor s bid by the City as evidenced by the City's execution of the Articles of Agreement. F. FINANCIAL SECURITIES executed by the prospective Contractor (if applicable); G. AFFIDAVIT OF CONTRACTOR; H. STATEMENT OF AFFILIATIONS; I. SWEATSHOP CONDITIONS The contract sets forth all the promises, agreements, conditions and understandings between City and Contractor(s), and there shall be no promises, agreements, conditions, or understandings, either oral or written, between them other than those that are set forth in the contract. Unless provided for in the contract, no subsequent alteration, amendment, charge or addition to the contract shall be binding upon City or Contractor(s), unless expressly agreed upon and reduced to writing by the City to the Contractor(s). 27

29 7.LENGTH OF AGREEMENT - It is agreed that this contract shall be in the initial contract period shall commence upon the execution of this contract and shall terminate at midnight on September 30, The City shall have the option to renew the contract for four (4) additional one-year periods, exercisable at the sole discretion of the City, which additional periods shall expire at midnight on September 30 of the each succeeding year. WHEN AND WHERE TO COMMENCE - The Contractor further agrees to commence the work described or contemplated herein at such point(s), and at such time(s) as the Director may request. 9.TIME OF BID OPENING - The separate and sealed bids or proposals will be received upon the City's blank proposal forms at the Office of the City Controller, First Floor, City-County Building, Pittsburgh, Pennsylvania, until the date and time stated in the advertisement for bids for the above, and will be opened and read upon the same date, in the place and at the time designated in said advertisement. 10.BLANK FORM OF PROPOSAL - All bids shall be made on the blank form of proposal provided for that purpose, shall give the price of each item or service to be furnished, shall be signed, in ink, by the prospective Contractors with the prospective Contractors business address or addresses, and shall also contain the full name of all persons interested with the prospective Contractors. In signing the proposal, the Contractor shall give the individual, as well as the firm or corporate name. Copies of the printed form of proposal may be obtained from the Bureau of Procurement, Fleet and Asset Services of the Department of Finance, Room 502, City- County Building, Pittsburgh, Pennsylvania. Please do not redesign the attached sheets of this proposal. All should be returned as single sized sheets. 11.ALTERATIONS/CORRECTIONS. Any alteration, erasure, addition to or omission of required information, change of the specifications or bidding schedule, is made at the risk of the prospective contractor and may result in the rejection of the bid, unless such changes are authorized by the specifications. 12.EXECUTION OF BIDS - Bids are to be executed, by the following persons: I.CORPORATION - The President or Vice President, and one of the following: Secretary, Treasurer, Assistant Secretary or Assistant Treasurer. If a bid is executed by any other person, a power of attorney, a copy of the bylaws, or a resolution of the Board of Directors documenting the authority of that person to sign the bid must be accompanied by the bid. The power of attorney, bylaw, or resolution must be certified by the Corporate Secretary as a true and correct copy, still in force as of the date of the execution of the contract. II. PARTNERSHIP - At least one (1) of the partners. III. SOLE PROPRIETORSHIP - The individual owner. IV. BUSINESS OPERATING UNDER A FICTITIOUS NAME - Entities operating a business under a Fictitious Name must execute the contract in the name of the entity trading and doing business as the Fictitious Name. 13.FINANCIAL SECURITY FOR BIDS (BID BONDS) - Prospective Contractors on contracts with a value of Two Hundred Thousand ($200,000) Dollars or more are required to file with their proposals financial security equal to Ten to Fifty percent (10% - 50%) of the total bid. This financial security shall be in the form of a bid bond, certified check or letter of credit. In order to be acceptable as financial security, a bid bond must be issued by one or more surety companies legally authorized to do business in Pennsylvania which retain as capital no less than the amount of the issued bond and said bond must be in form approved by the City of Pittsburgh. If the bonding company executes the bond through an attorney-in-fact, a Power of Attorney showing authority to act must accompany the bond. 14.PERFORMANCE BOND - Financial security shall be further required to insure faithful performance of the work provided for in the contract and to indemnify and save harmless the City from all liens, charges, claims, demands, losses, costs and damages of every kind and nature, whatsoever, except as is otherwise provided in said contract. 15.SERVICE CONTRACTS; REDUCTION IN PERFORMANCE SECURITY - In the case of service contracts where the City holds certified checks or a letter of credit as security for performance, the Director of the Department of Finance may approve reduction in the amount of the security over the term of the contract; provided, however, that at no time shall the amount of the security for performance be less than ten percent (10%) of the cost of the contract. 28

30 16.FINANCIAL SECURITY FOR PERFORMANCE AND LABOR AND MATERIAL INDEMNITY - For public works contracts exceeding Five Thousand ($5,000.00) Dollars, the successful Contractor shall furnish financial security equal to One Hundred Percent (100%) of the contract amount conditioned upon the faithful performance of the contract. The successful Contractor shall further provide financial security equal to One Hundred Percent (100%) of the contract amount for the protection of claimants supplying labor or materials to either the prime contractor or any subcontractor for work performed in furtherance of the contract. These financial securities must be in forms acceptable to the city. 17. EXECUTION OF FINANCE SECURITY - Any financial security furnished shall be an original, fully executed by both the prospective Contractor and the surety or sureties in ink and shall be in a form acceptable to the City. Where the prospective Contractor is a corporation, the security shall be signed by two officers of the corporation who have been duly authorized to do so by appropriate action of the corporation, and the seal of the corporation shall be affixed. Where the prospective Contractor is an individual or individuals, the security shall be signed by the individual or individuals affixing the signature to the bid. Changes or additions to bid security or to the signatures thereon may not be permitted after the opening of bids. 18. CONTENTS OF BID AND PERFORMANCE SECURITY - A. The financial security submitted to the City must be the originally issued document, signed in ink. B. Both the name of the contractor and the name of the issuing financial institution must appear on the financial security. C. The name of the insured and the name of the contractor must be the same. D. The bid's title, contract number or description must appear in the financial security. 19. INSURANCE (SERVICE CONTRACTS ONLY) - For all contracts in which insurance is required, a certificate evidencing the following minimum insurance must be provided when award is made, unless otherwise specified: A. GENERAL LIABILITY Single limit of Bodily Injury and Property Damage Combined: $500, each occurrence. $1,000, aggregate. B. CITY OF PITTSBURGH must be listed as "Additional Insured' on the insurance certificate. NOTE: The name(s) of the insured on the certificate must be the same as the name(s) of the Contractor listed on the bid document. C. Insurance coverage must be an OCCURRENCE POLICY". "Claims made policies are unacceptable. D. WORKERS COMPENSATION STATUTORY LIMITS. E. AUTOMOTIVE LIABILITY INSURANCE MINIMUM REQUIREMENTS: $500,000 for each individual occurrence and $1,000,000 in aggregate coverage. Insurance must be maintained in full force and effect throughout the term of the contract. If insurance must be renewed during the term of the contract, the new certificate of insurance must be forwarded to: Bureau of Procurement, Fleet and Asset Services Department of Finance Room 502, City-County Building 414 Grant Street Pittsburgh, PA Failure to provide and renew such insurance as required shall be deemed a material breach of contract and shall be a basis for immediate termination of the contract. The insurance requirements of this provision shall be in addition to any other insurance requirements of the contract. 20.FICTITIOUS NAME REGISTRATION - Where a fictitious name is use certificate must be attached showing that the fictitious name is duly registered with the state. 29

31 21.TAX STATUS OF CITY - The City of Pittsburgh is exempt from all Federal Excise and Transportation Taxes, and the Pennsylvania Sales and Use Tax for purchase of tangible personal property. Therefore, a prospective Contractor should not include any such taxes in its calculations, or in the prices bid. A Pennsylvania Sales Tax Blanket Exemption Certificate is available, upon written request, from the Bureau of Procurement, Fleet and Asset Services of the Department of Finance. Only a Sales Tax Blanket Exemption Certificate will be issued by the City. Thus, if necessary to claim and secure exemption, a Sales Tax License issued by the Commonwealth of Pennsylvania, Department of Revenue will be required of the successful contractor. However, if the prospective Contractor determines that certain taxes are properly payable by, the City, the contractor must include such costs in its calculations of bid prices. The City will not be responsible or liable for the payment of any of the aforesaid taxes, or any other tax paid or payable by the contractor, unless specifically stated in bid. Nothing in this paragraph is meant to exempt a construction contractor from the payment of Sales Tax or Use Tax required to be paid by law with respect to its purchase or use of tangible personal property used or transferred in connection with the performance of a construction contract. 22.BUSINESS PRIVILEGE TAX - By entering into this agreement with the City of Pittsburgh, contractor agrees that all gross receipts generated through the provision of services hereunder shall be subject either to the City of Pittsburgh s gross receipts taxes (i.e., business privilege tax, institution and service privilege tax) or to a payment in lieu of taxes (PILOT) as described hereafter, whichever is applicable. In the event that contractor is not subject to one of the two gross receipts taxes identified above, contractor shall nevertheless make a PILOT payment to the City Treasurer equal to the amount of tax which would be due and owing if contractor were subject to one of said gross receipts taxes. Any such PILOT payment shall be made annually, in the same manner as the gross receipts taxes, and interest and penalty shall accrue on any balance not paid when due at the rate in effect for said taxes. No deductions from gross receipts may be taken with respect to any amounts paid to subcontractor(s) or material suppliers. No deductions can be made for taxes paid to other localities for services performed under this contract or any sub-contract(s). When the performance of a contract requires the hiring of subcontractor(s), such contract(s) with all subcontractors must incorporate a requirement that the subcontractor(s) pay the business privilege tax, the institution and service privilege tax or a PILOT, whichever is applicable, regardless as to whether the subcontract was initiated by the contractor or the City. Failure to include such provision shall subject the contractor to the amount of gross receipt tax, or PILOT payment, which would have been due from the subcontractor(s) if this provision had been included. The City Treasurer shall provide a method of registration and applicable forms for filing. Contractor shall provide a list of all subcontractors to the City Treasurer. The list shall include (1) Legal Name; (2) Business Name; (3) Federal Identification Number; (4) Mailing Address; (5) address; (6) Local Address, if any; (7) Business Phone Number; (8) Name of Officer or Owner Signing the Contract; (9) Monetary Value of the Contract. When (a) subcontractor(s), in turn, employ (a) subcontractor(s), they shall be bound by the same rules as a general contractor. 23.MERCANTILE TAX RETURN - For successful Contractors selling goods, wares or merchandise under the terms of this contract, whose place of business is located inside the City: receipts generated by this contract should be included as part of gross income and reported on the Mercantile tax return. 24.FIRM PRICE BIDS - The City cannot allow escalation of prices during the contract term. All contracts are for fixed prices. Such statements as "interest charges applied on accounts 30 days or older" or "prices subject to revision" are considered escalation clauses. Any reference in documents submitted with the bid which indicates that the prices are not firm may be cause for rejection of the bid. 25.PAYMENT DISCOUNTS - In determining the low bid, the City will not consider payment discounts quoted by the prospective contractors. However, the City will apply payment discounts offered by the successful bidder in the proposal to payments made in relation to the contract when appropriate. The terms of payment discounts offered by the successful contractor must be clearly stated on each invoice submitted to the City in regard to this contract. 26.ANTI-DISCRIMINATION - Contractor shall not discriminate in its employment on the basis of race, color, religion, ancestry, national origin, place of birth, sex, age, disability, non-job related handicap, or sexual orientation. Contractor shall comply with the applicable provisions of the PITTSBURGH CODE OF ORDINANCES, Title Six - Conduct Article V Discrimination, and any amendments thereto. Contractor also shall comply with the applicable provisions of Title I and Title II of the Americans with Disabilities Act, any amendments thereto and any regulations issued thereunder. Contractor shall incorporate in any subcontracts which may be permitted under the terms of the contract, a requirement that said subcontractors also comply with the provisions of this section. 27.MBE/WBE SOLICITATION AND COMMITMENT - It is the City's goal to encourage increased participation of women and minority groups in all City contracts. The City, therefore, requires that all prospective Contractors demonstrate good faith efforts to obtain the participation of minority-owned business enterprises ( MBEs ) and women-owned business enterprises ( WBEs ) in work to be performed under City contracts. In order to demonstrate this good faith commitment, all prospective Contractors are required to complete and submit with their bids either an MBE/WBE Solicitation and Commitment Statement, which details the efforts made by 30

32 the prospective Contractor to obtain such participation, or an MBE/WBE Commitment Waiver Request which details why no MBE/WBE participation could be obtained. Failure to submit either an MBE/WBE Solicitation and Commitment statement or an MBE/WBE Commitment Waiver Request will result in rejection of the bid. A. Bids for $10, or more must be accompanied by either an MBE/WBE Solicitation and Commitment statement, or, an MBE/WBE Commitment Waiver Request. B. On contracts over $75,000.00, final payment will be retained by the City at least until all work is performed under the contract and the contractor submits a final report to the City detailing the actual levels of MBE and WBE participation, as well as explaining any failure to meet MBE and WBE goals which had been stated in the previously submitted MBE/WBE Solicitation and Commitment Statement. The report must be submitted within thirty (30) days after the City's request. C. On contracts for $75, or more, the performance security will be retained by the City at least until all work is performed under the contract and the contractor submits a final report to the City detailing the actual levels of MBE and WBE participation as well as explaining any failure to meet MBE and WBE goals which had been stated in the contractor s previously submitted MBE/WBE Solicitation and Commitment Statement. The report must be submitted within thirty (30) days after the City's request. D. On construction contracts over $250,000.00, the contractor may comply with stated MBE/WBE goals through the employment of twenty-five percent (25%) minority and ten percent (10%) women employees in construction related jobs. 28.MBE/WBE REPORT - By entering into a contract with the City, the prospective Contractor shall be required to submit a final report, within thirty (30) days of the City's request, detailing the actual levels of MBE and WBE participation in the contract. Any disparity between actual participation levels and the participation levels projected in the MBE/WBE Solicitation and Commitment Statement will be explained in the final report. Failure to make a good faith effort to meet the goals stated in the MBE/WBE Solicitation and Commitment Statement may be considered a material breach of the contract resulting in debarment from participation in future City contracts. Please note that final payment under the contract can be withheld for failure to submit a MBE/WBE report. 29.PAYMENT OF TAXES AND SET-OFF - Contractor warrants that any and all taxes or municipal claims that may be payable to the City of Pittsburgh by Contractor are current and not delinquent. If the City determined that there is an outstanding delinquency, that delinquency must be satisfied before a contract will be awarded to the delinquent Contractor. If any taxes or municipal claims become delinquent or owing during the term of this agreement or prior to final payment by City, Contractor hereby grants City the right to set-off that indebtedness against any amounts owing to contractor under the terms of this Agreement. If, at any time, the Contractor fails (or has failed) to enter into any contract awarded by the City, the City expressly reserves the right to recoup any and all costs associated with rebidding or reawarding of any contract awarded to this Contractor to another vendor. City reserves the right to apply set-off payments in whatever manner it deems appropriate. 30.CONTRACT NOT TO BE AWARDED TO PERSONS IN ARREARS TO CITY - No contract will be awarded to any corporation, firm or individual who is, for any reason, in arrears to the City or who has failed, in any former contract with the City, to perform work satisfactorily, either as to the character of the work or the time consumed in its completion. 31.CONTRACTOR TO BE QUALIFIED AND RESPONSIBLE - Before the Contract is awarded, prospective Contractors must satisfy the City that they have the requisite organization, capital, plant, ability and experience to satisfactorily perform the work under this contract in accordance with the terms and conditions of the contract and in conformity with the best modern practices and industry standards. 32.COLLUSION BETWEEN BIDDERS - If the City forms a reasonable belief that a prospective Contractor is interested in more than one proposal for the same item, that is sufficient cause for rejection of all proposals in which collusion between bidders is suspected. 33. AGREEMENT - WHEN TO BE SIGNED - The corporation, firm, or individual to whom the contract is awarded will be required by the Director of the Department of Finance to sign the Articles of Agreement (page 15), prior to the submission of the completed package. Failure to sign the Articles of Agreement will render the bid non-responsive. All other required documents must be signed and submitted within fifteen (15) days of the opening. 34.REJECTION OF BIDS - The City reserves the right to reject, for any reason, any or all bids if it is in the best interest(s) of the City to do so. 31

33 35.PAYMENT - It is the intent of the City to pay all invoices resulting from purchases under this contract in forty-five (45) calendar days from invoicing. The City CANNOT pay any INTEREST CHARGES or LATE PAYMENT CHARGES. Any inclusion of such charges may disqualify the proposal from award consideration and/or will be disregarded by the City. 36.AWARD - Award shall be made to the lowest responsible bidder on an item by item or low total basis as the City determines is in its best interests. Bidders should be mindful that the lowest-priced bidder may not be the lowest responsible bidder. 37.CITYWIDE PURCHASES - The award of this contract shall be such that any County or City department may purchase from it at the prices stipulated. The successful Contractor will be required to follow any or all Departmental invoicing procedures. Also, the successful Contractor will be required upon request, if the contract is formulated by the hourly rate and cost plus method, to submit information with its invoice(s) that will substantiate the charges indicated on the invoice(s) in regard to the contract. 38.NON-EXCLUSIVITY - The City reserves the right at its sole discretion to utilize other contracts (such as Commonwealth of Pennsylvania or County of Allegheny contracts) for the services or commodities as described herein. The City also reserves, at its sole discretion, the right to bid separately any service or commodity that may be included in this contract. 39.NOTICE OF AWARD - Regardless of any notification of award to any prospective Contractor, all bids remain open and acceptable by the City for sixty (60) days from the bid opening date. Nothing in this paragraph is to be considered a waiver of the City's rights against a prospective Contractor who fails to execute a contract once it is awarded. 40.COMPLIANCE WITH PENNSYLVANIA "RIGHT TO KNOW" LAW; SUPERFUND - The City of Pittsburgh is obligated to comply with the Pennsylvania Worker and Community Right to Know and Superfund Amendments and Reauthorization Act ( SARA ) Title III laws. Successful Contractors, where applicable, must submit a Material Safety Data Sheet ( MSDS ) for all chemicals that the City purchases from this contract. Submit all Material Safety Data Sheets to: Department of Finance Bureau of Procurement, Fleet and Asset Services Room 502, City-County Building 414 Grant Street Pittsburgh, PA PRICE LISTS AND CATALOGUES - When price lists are required for a proposal, price lists are submitted with the bid for the sole purpose of providing an audit reference for the various items on the price list and the manufacturer's price for each item. Price list pricing, as the price list and pricing is stated in the contract, will remain firm for the duration of the contract regardless of manufacturers price list changes that may occur during the term of the contract, unless otherwise agreed in the contract. Any reference, which may appear on any price list, to any terms and conditions, such as F.O.B. shipping point or prices subject to change, will not be part of any contract with successful bidders and will be disregarded by the City of Pittsburgh. Any attempts to enforce such terms and conditions will be considered a material breach of the contract and may result in termination of the contract. Contractors agree to supply the using Departments of the City of Pittsburgh with copies of additional catalogues and price lists as requested. 42.LOCATION OF WORK - Service and commodities may be required or deliverable anywhere in the City of Pittsburgh. In the case of Allegheny County s use of this contract services/commodities may be required or deliverable anywhere in Allegheny County. Prospective Contractors are to understand that work may be required anywhere in the City of Pittsburgh, and shall bid accordingly. 43.SCOPE OF CONTRACT - This contract will include all necessary repair, maintenance, and minor extension work as described elsewhere herein, which cannot be properly estimated or planned in advance, or which may be of any emergency nature. The Director of the Department authorizing the work to be done under this contract shall be the sole judge of repair or maintenance or minor extension work to be carried out under this contract, and shall direct same, and the successful Contractor agrees to accept such decisions as final and binding and further agrees that nothing in this contract binds the City to carry out all work of this nature under the terms of this contract, but agrees that exceptions may be made and that the City may enter into other contracts for specific work for which plans and/or specifications are separately provided. 44.QUANTITY OF ITEMS/WORK CONTINGENT UPON NEEDS - It is hereby agreed that the City of Pittsburgh does not in any way guarantee or imply the amount of work, services, or commodities which may be required under this agreement. It is also mutually understood between the parties to this agreement that needs cannot be forecast. The intent of this proposal, and the subsequently awarded contract (if any be entered into), is to determine the lowest responsible bidder who will be able, willing, and ready to furnish proper materials, qualified persons, and/or efficient service(s) as required under this contract. No liability shall attach 32

34 to the City for any decision: (a) to limit the work under the contract; (b) to decline to award the contract; or (c) to decline to order any work to be performed under an awarded contract. 45. SUPERVISION AND INSPECTION - The Contractor further agrees that the work shall be at all times under the immediate supervision of the Director, who shall at all times have free access to all parts of the work and all places where materials for the same are prepared, and shall have every facility made available for the proper inspection of (a) all materials used in, and (b) workmanship executed for the work under this contract. It is expressly understood and agreed that the inspection of the work and materials by the Director will in no way diminish the responsibility of the Contractor, or release him/her from the Contractor s obligation to perform and deliver to the City sound and satisfactory work. It is further agreed that the Contractor shall obey orders of the Director and by all persons employed on the work. 46. WORK UNNECESSARILY DELAYED - Contractor agrees that, if at any time the Director shall be of the opinion that the work or any part of it is unnecessarily delayed, or that the Contractor is willfully violating any of the conditions or covenants of this contract, or is executing the contract in bad faith, the Director shall have the power to notify Contractor to discontinue all or any part of the work under this contract. Contractor shall then cease work as notified, and will not be entitled to further compensation. The Director shall have the power to place such and as many persons as s/he may deem necessary, the same to be employed by contract or otherwise, to work at and complete the work, and to use such materials as s/he may find upon the work site, or to procure other materials for the completion of the work and to charge the expense of said labor and materials to the Contractor. Any expense so charged shall be deducted from and paid by the City, out of such moneys as may then be due or at any time there after may become due to the Contractor under and by virtue of this agreement. In case such expense shall exceed the sum which would have been payable under this contract, if Contractor had satisfactorily completed the work, the Contractor, their executors, administrators, or assigns shall pay the amount of such excess to the City, on notice of Director of the excess due. 47. FAILURE TO PERFORM CONTRACT - If the contractor fails to perform any of the elements of the contract, the City shall have the right to purchase such materials or supplies from other sources, and to charge to the contractor or the contractor s sureties any and all expenses arising from the necessity of purchasing materials or supplies, including any excess in price over the prices fixed in the contract. Contractors must remove rejected deliveries within the time specified on a written notification of rejection from the Director of the Department of Finance and/or the Controller. Rejected material left longer than 30 days will be deemed abandoned and the City shall have the right to dispose of such rejected materials as it alone deems appropriate. For perishable foodstuffs, no written notice of rejection will be given; it will be incumbent on the contractor immediately to remove or replace rejected merchandise on verbal notice from the City. 48. CONTRACTOR TO SUSTAIN ALL LOSSES - It is agreed that all loss or damage arising out of the nature of the work to be performed under this contract, or any damages to the work itself, for any unforeseen obstruction or difficulties which may be encountered in the performance of the work or from the action of the elements, or from any cause whatsoever, shall be sustained and paid for by the Contractor until the same shall have been finally accepted and final payment made. 49.CONTRACTOR RESPONSIBLE UNTIL WORK IS COMPLETED - The Contractor further agrees to assume charge of and be responsible for the entire work until completed and accepted by final payment; and that s/he will personally supervise the faithful performance of the work, and that s/he will keep it under Contractor s exclusive control. In case of absence, the Contractor will designate a competent representative to continue such supervision of the work uninterrupted, and such representative shall receive orders and instruction as appropriate from the Director, and enjoy full authority to execute any such Director s orders and to supply materials, tools and labor without delay. 50.COMPENSATION - Contractor hereby further agrees that his/her full compensation for furnishing all the required materials, labor, tools, equipment, etc., for the proper execution and completion of the whole of the work, and/or service to be performed under this agreement, will be the amount(s), as set forth in this agreement. 51. TRAVEL TIME - It is understood and agreed that time spent in travel between the Contractor's shop, or, headquarters and the job site, time spent in travel from job to job, or any other travel time shall not be included as a direct charge under the terms of this contract. The Contractor shall claim compensation to be due and payable only for such time Contractor s employees are actively performing the work, and no other charge(s) for time will be considered. 33

35 52.USE OF TRADE NAMES - The use of a name of a manufacturer, or of any special brand, model or make in describing an item or the use of detailed descriptive specifications pertinent thereto, does not restrict bidders to that manufacture or specific article of such detailed descriptive specifications. This means or method being used is simply to indicate the character or quality of the article desired; but the article on which bids are submitted must be of such character, quality and design as will serve the purpose which it is to be used for equally as well as that specified, and must be the equal of the article described and equally suitable to the needs of the City. If bidding on other than the make, model or brand specified or such detailed descriptive specifications therefore, the manufacturer s name and catalogue reference, together with specifications therefore, must be given or other information given (CLEARLY STATED ON THE PROPOSAL OR BID SHEET IN EVERY INSTANCE) to enable the Director to determine its suitability, or otherwise. The City reserves the right, through the Director of the Department of Finance to be the sole judge in such determinations. WHEN NO REFERENCE IS MADE BY THE BIDDER TO THE MAKE OR GRADE PROPOSED TO BE FURNISHED, IT IS UNDERSTOOD THAT THE SPECIFIC ARTICLE NAMED IN THE PROPOSAL OR BID SHEET WILL BE FURNISHED. 53. INDEMNIFICATION - CONTRACTOR - hereby agrees to indemnify, save and hold harmless, and defend COUNTY/CITY, its officers, agents and employees from and against all liens, charges, claims, demands, losses costs, judgements liabilities, and damages of every kind and nature whatsoever, including court costs and attorney s fees arising by reason of: the performance by CONTRACTOR of any services under this Agreement; any act, error or omission of CONTRACTOR or of an agent, employee or licensee of CONTRACTOR or subcontractor of CONTRACTOR; and any breach by CONTRACTOR of any of the terms conditions or provisions of this Agreement. 54.MONITORING AND EVALUATION - All services provided under this agreement shall be subject to monitoring and evaluation by City or its authorized representatives. Contractor shall supply City with written reports on program activity, in a form approved by City, as City may, from time to time, require. Contractor shall provide City with such additional information and data as may be periodically required by federal or state authorities, or by City itself. Authorized representatives of City shall have access to the books and records maintained by Contractor with respect to any services or materials provided to City pursuant to this Agreement at all reasonable times and for all reasonable purposes, including, but not limited to, inspecting and copying any books, records, computer disks, memoranda, checks, correspondence or other relevant documents. All such aforementioned records shall be preserved by Contractor for a period of three (3) years after the termination of this Agreement. 55.CONTRACTOR THOROUGHLY INFORMED AS TO WORK - Contractor hereby affirms that s/he has read each and every clause in the advertisement, Information to Prospective Contractors, specifications and agreements relating to this work and fully understands the meaning of each, and hereby agrees that s/he will comply with all the terms, covenants and agreements herein set forth; and that s/he fully understands the character of the work to be performed under this contract. 56.SETTLEMENT OF DISPUTES - It is expressly covenanted and agreed that in the event of a disagreement or controversy arising between the Contractor and the Director as to the interpretation, specifications, or proper execution of this contract, or as to settlement thereunder, or in the event any disagreement, as to any dispute under this contract or the work involved, such dispute shall be brought immediately to the Director s attention in writing. The Director shall decide upon the dispute and such decision shall be final and conclusive, as to all matters in controversy, without exception or appeal, and all right(s) of action at law, in equity or otherwise, under and by virtue of this contract are hereby expressly waived. 57.ASSIGNMENT; SUBCONTRACTING - Contractor shall not assign this contract or any right to monies to be paid hereunder without the written consent of City. None of the services covered by this contract shall be subcontracted without the prior written approval of City. It is further agreed that no subcontract, if consented to, shall under any circumstances relieve the Contractor of any liabilities and obligations under this Contract, and should any subcontractor fail to perform the work undertaken in a satisfactory manner, such subcontract must be terminated immediately and ended by the Contractor upon notice of the Director so to do. 58.HOME RULE CHARTER: LIABILITY OF CITY - This contract is subject to the provisions of the Pittsburgh Home Rule Charter; and the liability of CITY thereunder is limited to amounts authorized by Resolutions of Pittsburgh City Council. 59.PREVAILING WAGE ORDINANCE - The Contractor agrees that section (e) of the PITTSBURGH CODE OF ORDINANCES, stating that the Contractor shall pay at least the applicable prevailing wages as shall have been determined by the Secretary of Labor and Industry to the workers employed in the performance of any contract for public work subject to the Pennsylvania Prevailing Wage Act approved August 15, 1961 (Act No. 442), as amended August 9, 1963 (Act No. 342), and the regulations issued pursuant thereto, and all supplements and amendments thereto, shall be made a part of this contract as fully as if attached hereto, and that s/he will comply in all respects with the provisions thereof, insofar as the same affects this contract. 34

36 60.ANTI-SWEATSHOP PROVISIONS - Contractor will be required to submit an executed statement of compliance with Pittsburgh Code (b)(4), which certifies that nothing has come to its attention that would lead it to believe that any of the goods/products provided herein were made under sweatshop conditions. Goods/products are NOT made under sweatshop conditions if all of the conditions listed in section (e) of the Pittsburgh Code apply in the manufacturing facility in which the goods/products are made. If the City is presented with information that would lead the City to reasonably believe that the Contractor or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the City that where made under sweatshop condition, upon request of the City, Contractor shall disclose information, data and materials reflecting Contractor s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti-sweatshop provisions of Pittsburgh Code Section WORKERS COMPENSATION - Contractor hereby agrees to perform the work described in this contract in accordance with the Articles of Agreement, and further certifies that it has accepted the provisions of the Worker's Compensation and Occupational Disease Acts, as amended and supplemented, insofar as the work covered by this contract is concerned, and that it has insured its liability thereunder in accordance with the terms of the said Acts, as evidenced by the certificate of insurance it has caused to be attached hereto, or will file with the DIRECTOR OF THE DEPARTMENT OF FINANCE, before the execution of this contract, a certificate of exemption form for insurance from the Bureau of Workmen s Compensation of the Department of Labor and Industry. 62.COMPLIANCE WITH LAWS - Contractor shall fully obey and comply with all laws, ordinances, resolutions, and administrative regulations, which are or should be applicable to any work performed under this contract. 63.GOVERNING LAW - The contract that is formed subject to these articles of Agreement will be construed and interpreted in accordance with the laws of the Commonwealth of Pennsylvania. 64.DEBARMENT - Contractor warrants that it is not prohibited from entering into this Contract with the City by reason of disqualification under subsection (b) of Section of the Pittsburgh Code. An affidavit certifying compliance with this Section is attached hereto as an Exhibit and incorporated into and made a part of this contract. 65.STATEMENT OF AFFILIATIONS - Contractor hereby files a Statement of Affiliations with the City, attached hereto as an Exhibit, in compliance with Section (c) of the Pittsburgh Code. 66.TERMINATION The County and City may terminate this contract at any time, without cause or liability, by giving Contractor thirty (30) days advance written notice of its intention to terminate. 67.OPTION TO EXTEND - the City of Pittsburgh, Department of Finance, in cooperation with the successful contractor(s) in regard to this contract, reserves the right to extend this contract for up to 90 days after the indicated expiration date as described in this contract. This mechanism would be utilized in the event that a lapse in the current contract occurs before a new contract can be established for the goods or services indicated on the contract. When applicable, an extension notice will be issued defining the exact extension of the contract; all other terms and conditions of the extended contract will remain in full force and effect. 68. EXAMINATION OF FINANCIAL RECORDS - Bidder/Contractor shall maintain books, program and financial records, documents and other evidence pertaining to costs and expenses related to this Bid/Agreement in such detail as will properly reflect all costs of labor, materials, equipment, supplies, services and other costs and expenses of whatever nature for which County funding has been provided under the provisions of this Bid/Agreement. The Bidder/Contractor shall maintain such books, records, documents and other materials in accordance with Generally Accepted Accounting Principles, where applicable. The Bidder/Contractor shall provide access, during normal business hours, to such books, program and financial records, documents and other evidence upon request of the County Manager, the County Controller or their designees upon receipt of reasonable advance notice, either oral or written. Bidder s/contractor s books, records, program and financial records, documents and other evidence pertaining to services provided under this Bid/Agreement shall be preserved and made available for a period of three (3) years following the termination of this Bid/Agreement. The County Manager, the County Controller or their designees may audit, examine, review, photocopy, and/or make excerpts or transcripts of any of Bidder s/contractor s books, records, program and financial records, documents and other evidence. Any deficiencies noted in any audit reports or otherwise must be fully resolved by the Bidder/Contractor, to the County s sole satisfaction, within thirty (30) days after the Bidder s/contractor s receipt of written notice of such deficiencies. Failure of the 35

37 Bidder/Contractor to comply with the provisions set forth in this paragraph may constitute a violation of this Bid/Agreement and, at the County s sole discretion, may result in the County withholding future payments. 36

38 *** FOR PAYMENT PURPOSES *** Print Name of Business Business Address Remit to Address City State Zip Code City State Zip Code Contact Person Telephone Contact Person Telephone (Print Name) Number (Print Name) Number 800 number if one is applicable FAX number if one is applicable IN THE PRESENCE OF - Witness Witness Witness Witness INDIVIDUAL (Individual Principal) PARTNERSHIP (Partner) (Partner) (Partner) CORPORATION attest Secretary President (State where Incorporated) THIS PAGE MUST BE SIGNED IN BLUE INK 37

39 STATEMENT OF AFFILIATIONS Exhibit "1" 1. Name of Contractor Office Address and Phone Number 2. List your qualifications and experience for performance of the contract 3. Please give a brief description of any contractual or business relationships you have had with the City within the past three years. Please include the dollar value of the contract or business relationship. 4. Please identify the contractor's principals, including the names and addresses of all owners or partners or shareholders and officers, or, if the contractor is a public corporation, the officers, the members of the board of directors, and shareholders holding-more than three (3) percent of the corporate stock Additional pages may be attached to complete the information herein requested. COMMONWEALTH OR STATE OF ) ) SS: COUNTY OF )

40 AFFIDAVIT OF CONTRACTOR UNDER PITTSBURGH CODE (f) BEFORE ME, the undersigned authority, personally appeared who, being duly sworn according to law, and under penalty of perjury, deposes and says that neither (s)he nor, to the best of his/her actual, knowledge, information or belief, the company, corporation, partnership ("Contractor"), or any affiliated individual is prohibited from entering a bid or participating in a CITY of Pittsburgh contract by reason of disqualification as set forth at Pittsburgh Code (b). SWORN TO and subscribed before me this day of, 20. Notary Public (SEAL) Name: Title: 2

41 ALLEGHENY COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES ANTI-SWEATSHOP PROVISIONS In response to Allegheny County Invitation For Bid or Request For Quotation #, certifies that nothing has come to my / our attention that would lead I / us to believe that any of the goods or products proposed in our Bid or Quotation were made under sweatshop conditions, as defined by Part 9, as amended, of Article 903 of the County s Administrative Code (Ordinance Number OR). I /we certify that I / we have read and understand the above mentioned Administrative Code provisions. If the County/City is presented with information that would lead the County/City to reasonably believe that the Supplier or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the County/City that where made under sweatshop condition, upon request of the County/City, the Supplier shall disclose information, data and materials reflecting Supplier s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti-Sweatshop provisions of the County s Administrative Code. COMPANY NAME: ADDRESS: PHONE NO: FAX NO: CONTACT PERSON: AUTHORIZED SIGNATURE TITLE OF AUTHORIZED SIGNER Jd/ anti sweatshop supdoc 3

42

43

44

45

46

47

Monday, September 30, 2013, 3:00PM

Monday, September 30, 2013, 3:00PM RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST FOR QUALIFIED VENDORS for PRE-QUALIFIED

More information

Friday, September 28, 2012, 3:00PM

Friday, September 28, 2012, 3:00PM County of Allegheny DAN ONORATO COUNTY EXECUTIVE City of Pittsburgh LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST

More information

COUNTY EXECUTIVE. On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D.

COUNTY EXECUTIVE. On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE City of Pittsburgh LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

NOTICE TO BIDDERS CONCRETE CONSTRUCTION ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 SPECIFICATIONS AND BID FORMS FOR DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3 WESTON MIDDLE SCHOOL MANDATORY WALK-THRU ON FRIDAY, JUNE 7 th at 10:00 A.M. at WESTON MIDDLE SCHOOL, 135 SCHOOL RD., WESTON,

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE Scope The City of Sandersville (City) is seeking a Contractor to provide asphalt milling and resurfacing services. The City has identified

More information

Monday, September 30, 2013, 3:00PM

Monday, September 30, 2013, 3:00PM RICH FITZGERALD COUNTY EXECUTIVE LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES REQUEST FOR QUALIFIED VENDORS for PRE-QUALIFIED

More information

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for

On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES B I D. for County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE City of Pittsburgh LUKE RAVENSTAHL MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

EXCAVATION PERMIT GUIDELINES

EXCAVATION PERMIT GUIDELINES TOWN OF HANOVER, NEW HAMPSHIRE PUBLIC WORKS DEPARTMENT PO Box 483, 194 Lebanon St TEL. 643-3327 FAX. 643-0736 EXCAVATION PERMIT GUIDELINES 1. Application & Permit (Page 1 & 2): a. Application must be filled

More information

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

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL FINANCE DEPARTMENT I N V I T A T I O N T O B I D GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent BID #33-16 RECONSTRUCTION OF RETAINING

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets)

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets) THE BIDDING AND CONTRACT PROVISIONS Document Section 00 70 00 General Conditions (Standard Multiple and Single Contract Sets) GENERAL CONDITIONS ARTICLE 1 DEFINITIONS 1.1 "Applicable Laws" means all laws,

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70. TRENCH PERMIT CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) 692-4266 - Please Fax at (603) 692-4281 Date: Permit# Dig Safe # Fee = $70.00 Name of Applicant Address of Applicant Phone Number Reason for Excavation

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL Bidders submitting proposals shall be very careful to follow all requirements in connection therewith. A checklist has been attached for guidance in complying with all phases of the bid process and project.

More information

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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services Bristol Township 2501 Bath Road Bristol, PA 19007 (215)-785-0500 Fax (215)-785-2131 NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for Tree Trimming and Removal Services Sealed proposals will be

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS... DEPARTMENT: Physical Plant/Campus REQUISITION NO. M FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION, SUPERVISION, PERMITS, ETC. NECESSARY TO, LOCATED ON THE CAMPUS OF THE UNIVERSITY OF LOUISIANA

More information

BERRIEN COUNTY ROAD COMMISSION

BERRIEN COUNTY ROAD COMMISSION PROPOSAL AND SPECIFICATIONS FOR TREE AND STUMP REMOVAL AND TREE TRIMMING BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER AVENUE BENTON HARBOR, MI 49022 NOTICE TO BIDDERS Notice

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING 80 West

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

Construction of the Leased Premises

Construction of the Leased Premises Construction of the Leased Premises Pre-Construction Requirements Construction Start The Tenant is required to commence construction no later than fourteen days after receipt by the Tenant of approved

More information

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

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number: APPLICATION DATE: ADDRESS OF WORK OR ENCROACHMENT: CROSS STREET: STARTING DATE: APN: - - No. Street City/Township ESTIMATED COST: $ COMPLETION

More information

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK: GENERAL: This Contract made and entered into this day of, 2013, by and between the Sundown Sanitary Sewer District, hereinafter called "District", and, hereinafter called "Contractor", duly authorized

More information

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County It is the intent of these specifications to solicit a unit price bid per square foot for the furnishing

More information

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following: Crushed Surfacing Base Course, per ton. The unit contract price per ton for Crushed Surfacing Top Course and Crushed Surfacing Base Course shall include the cost for all labor, materials, equipment and

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS Page 1 of 8 ARTICLE 3.1000. RIGHT-OF-WAY RULES AND REGULATIONS Sec. 3.1001. Findings and purpose. The purpose of this article is to: (a) Assist in the management of facilities placed in, on or over the

More information

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements Resurfacing projects are among the most common and routine types of projects regularly conducted by highway agencies. When resurfacing projects

More information

GENERAL INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS GENERAL INSTRUCTIONS TO BIDDERS IB-1. EXAMINATION OF CONTRACT DOCUMENTS. Before submitting a Proposal, all Bidders shall examine the complete Contract documents, including Form of Proposal, Form of Bidder

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT Amended 6/09 APPLICABILITY: These procedures will apply where an individual desires to install or abandon a temporary monitoring

More information

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864)

City of Anderson Community Development Department 601 South Main Street, SC Phone (864) Fax (864) City of Anderson Community Development Department 601 South Main Street, SC 29624 Phone (864) 231-2223 - Fax (864) 231-7627 Request for Proposal for Cost Estimating for Demolitions NOTICE IS HEREBY GIVEN

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5 Page 1 of 5 SEALED PROPOSALS (BIDS) WILL BE RECEIVED UNTIL 9:30 A.M., EST, WEDNESDAY, March 9, 2016 Board of County Road Commissioners of the County of Gladwin, 301 South State Street, Gladwin, Michigan

More information

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

Amendment Issue date

Amendment Issue date P.O. Box 40 Greenwood, South Carolina 29648-0040 www.cityofgreenwoodsc.com PROJECT NAME: DESCRIPTION: DATE ISSUED: 10/26/2018 REQUEST FOR BIDS Asbestos Abatement & Demolition Services 908 S. Main St (Parcel

More information

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

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231) Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI 49633 Phone: (231)879-4291 Fax: (231)879-5153 RIGHT OF WAY PERMIT APPLICATION APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN

More information

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM Notice is hereby provided that the Town of Erwin will be accepting proposals for grass mowing services for overgrown lots which

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

More information

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached

Amount of Contract work per the plans and specifications for project. Specifications Attached. Plans Attached Sample Company 2005 XXXX Main St Anywhere CA 99999 800 555-5555 SUBCONTRACT Contract#: 921 Contract Date: 08/20/2008 SUBCONTRACTOR: Baxter Heating & Cooling 4320 Eucalyptus Way Santa Rosa CA 95401 PROJECT:

More information

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

Project Name, Improvement District No. Improvement District Number

Project Name, Improvement District No. Improvement District Number CONTRACT THIS AGREEMENT, made and entered into this day of, 20, between the City of Fargo (a Municipal Corporation, under the laws of North Dakota) by the City Commission, hereinafter called the City,

More information

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated

More information

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS PROJECT TITLE UNIVERSITY OF ILLINOIS THIS AGREEMENT, made and entered into in the City of, State of Illinois, as of the date of the last signature of the parties hereto by and between THE BOARD OF TRUSTEES

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk CMAA Document CMAR-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk 2004 EDITION This document is to be used in connection with CMAA Standard Form of Contract

More information

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM Bids will be publicly opened at the NC State Surplus Property Agency (SSPA) at the time and date specified. By signature, I certify that all bidder information is accurate and I agree to the Instructions,

More information

County of Allegheny City of Pittsburgh

County of Allegheny City of Pittsburgh County of Allegheny City of Pittsburgh DAN ONORATO LUKE RAVENSTAHL COUNTY EXECUTIVE MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206

More information

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87 2017 TRAIL PAVING TENDER DOCUMENT FOR THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87-1 - Municipal District of Bonnyville No. 87 2017 Trail Paving INVITATION TO TENDER The Municipal District of Bonnyville

More information

Request for Proposals Installation of Pavilions

Request for Proposals Installation of Pavilions Request for Proposals Installation of Pavilions The Jefferson County Parks and Recreation Commission is now accepting proposals for the installation of three (3) pavilions at James Hite Park located at

More information

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM CONTRACT FOR WEATHERIZATION SERVICES BETWEEN THE OF Agency name (Hereinafter referred to as the "Agency") AND Contractor name (Hereinafter referred to as the "Contractor") FOR CONTRACT # GRANT AGREEMENT

More information

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District Hoffman Estates Park District BID DATE: 12/5/16 BID TIME: 10am CST PREPARED BY: Brian Bechtold Director of Golf Operations 847-781-3679 HOFFMAN ESTATES PARK DISTRICT 1685 W. Higgins Road Hoffman Estates

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

PAVING BID: # BOE

PAVING BID: # BOE SPECIFICATIONS AND BID FORMS FOR PAVING BID: #12-019- BOE Due on or before 11:00 A.M on MONDAY, JUNE 18, 2012 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON BOARD OF EDUCATION 24 SCHOOL

More information

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS HCPS STANDARDS DOC. No.: 01015 APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL DATE OF ISSUE: 04-04-14 - Revised paragraph 13.10.1 to increase

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606) NOTICE TO CONTRACTORS Sealed bids, addressed to Ballwin Public Works, 14811 Manchester Road, Ballwin, Missouri 63011 for the proposed work will be received by the City of Ballwin until 10:00 AM (prevailing

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders. Addendum #1 409 22nd Ave So PO Box 298 Brookings, SD 57006 Toll Free 1-855-323-6342 www.bannerassociates.com Project: Viborg Utility Improvements - 2017 Bid Date: 11:00 A.M., Local Time, March 15, 2017

More information

GP-4-1 of 9 GP-4 SCOPE OF WORK

GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4 SCOPE OF WORK GP-4-1 of 9 GP-4 SCOPE OF WORK GP-4.01 CONTRACT INTENT The Contractor shall (within specified tolerances) perform all work in accordance with the lines, grades, typical cross sections,

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Pavlick, Kenneth - DEN Date: :26:57-07'00' November 21, 2018 PIKES PEAK PARKING RESTORATION CONTRACT NO. 201845783 ADDENDUM NUMBER ONE This Addendum Number One supersedes and/or supplements all portions of the Contract Documents with which it conflicts.

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR

General Conditions of the Construction Contract Between OWNER AND CONTRACTOR CMAA Document A-3 General Conditions of the Construction Contract Between OWNER AND CONTRACTOR 2005 EDITION This document is to be used in connection with the Standard Form of Agreement Between Owner and

More information