Advertisement, Specification, Insurance Requirements, Sample Agreement, Sample Performance Bond and Conditions and Instructions to Bidders

For

Maintenance, Inspection, Testing, and Certification of Fire Protection Systems

Bid No.: B18-03-19A

Electronic proposals are due at 11:00 A.M. on May 23, 2018

Executive Summary

The Port Authority of Allegheny County has recently implemented eBusiness. eBusiness is a mechanism which allows contractors and vendors to electronically submit bids on Port Authority procurement events. It is a system of modules that provides everything from procurement to contract management and you will see advantages like these:

• Monitor Invoice Payments • Improved Purchasing Process • More Fluid, Automated and Single System Return Authorization • Automated RFP/Bid Process Including Bidding, Procurement Contracts & Purchase Orders • The Latest Technology from Workflow to E-mail Notification to Approval Process

The implementation of eBusiness represents a change in the method of the competitive bidding process; however, the Port Authority must continue to adhere to stringent governmental and internal procurement regulations.

Additionally this document contains the Advertisement, Specification, Insurance Requirements, Sample Copies of the Agreement, Sample Copies of Performance Bond and the Conditions and Instructions to Bidders. It is recommended that you take the time to read the attached documents – especially the “Conditions and Instructions to Bidders”.

TABLE OF CONTENTS

Attachment 1………………………………………………………… …..……….…..…...Advertisement

Attachment 2… ...... Specification PAT-9107-8 . Attachment 3………………………………………………..……………………Insurance Requirements

Attachment 4………………………………………………..…………………………Sample Agreement

Attachment 5……………………………………………..……….……………………...….Sample Bond

Attachment 6…………………………………………..……..….…Conditions & Instructions to Bidders

PORT AUTHORITY OF ALLEGHENY COUNTY

Electronic Proposals will be received online at the Port Authority of Allegheny County’s Ebusiness website (http://ebusiness.portauthority.org).

Proposals/bid submittals will be due 11:00 AM on May 23, 2018 and will be read at 11:15 AM., the same day, at Port Authority's Heinz location (345 Sixth Avenue, Third Floor, , 15222-2527), for the following:

Electronic Proposal - Ebusiness website (http://ebusiness.portauthority.org)

Bid Number Bid Name Maintenance Inspection Testing & Certification of Fire 1 B180319A Protection Systems 2 B180320A Wiper Arm Assemblies - Coach 3 B180321A Synthetic Automatic Transmission Fluid 4 B180422 Substation Equipment - DC Breakers

No bidder may withdraw a submitted Proposal for a period of 75 days after the scheduled time for opening of the sealed bids.

A Pre-Bid Conference will be held on each of the above items at 10:00AM May 9, 2018 at Port Authority's Heinz location (345 Sixth Avenue, Third Floor, Pittsburgh, PA). Attendance at this meeting is not mandatory, but is strongly encouraged. Questions regarding any of the above bids will not be entertained by the Port Authority within 48 hours of the scheduled bid opening.

These contracts may be subject to a financial assistance contract between Port Authority of Allegheny County and the United States Department of Transportation. The Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations.

Contractor is responsible for expenses related to acquiring a performance bond and insurance where applicable. All items are to be FOB delivered unless otherwise specified. Costs for delivery, bond, and insurance shall be included in bidder’s proposal pricing.

Port Authority of Allegheny County hereby notifies all bidders that it will affirmatively insure that in regard to any contract entered into pursuant to this advertisement, disadvantaged business enterprise will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

The Board of Port Authority reserves the right to reject any or all bids.

All awards made in excess of $100,000.00 shall require a performance bond of 50% of the contract value. All performance bond expenses shall be the responsibility of the contract awardee.

Port Authority of Allegheny County Maintenance, Inspection, Testing, and Certification of Fire Protection Systems Specification Number PAT-9107-8 January 2018

1.0 Scope of Work

This specification outlines the requirements to furnish all equipment, expertise, labor, parts, material, supervision and incidental work necessary to maintain, inspect, test and certify fire protection systems in accordance to all applicable codes and regulations. Sub- contracting any of these services will not be permitted on this contract, except as authorized by Port Authority in writing. This contract will cover the fire protection systems only, and is not to include the alarm systems.

2.0 Technical Data

2.1 Inspection, Testing and Certification

2.1.1 Contractor shall inspect, test, and “certify” the fire protection systems throughout Authority’s properties located in Allegheny County. These systems include, but are not limited to, the following: 2.1.1.1 Sprinkler systems 2.1.1.2 Deluge Valves 2.1.1.3 Hydrants 2.1.1.4 Fire pumps 2.1.1.5 Dry Valves 2.1.1.6 Standpipe Systems

It is strongly advised and it shall be the Bidders responsibility to familiarize themselves with Authority’s systems prior to bidding this contract. Potential Bidders are invited to arrange site tours through Authority’s Mr. Rob Krcelic, telephone (412) 566-5407.

2.1.2 Fire protection systems shall be inspected, tested and certified at the following Port Authority facilities at intervals, as indicated:

• Pitt Tower 1500 Martin Luther King Jr. East Busway Pittsburgh, PA 15222

1 wet system (quarterly)

• South Hills Junction Building 1 611 W. Warrington Avenue Pittsburgh, PA 15226

2 wet systems (quarterly)

• South Hills Junction Building 2 611 W. Warrington Avenue Pittsburgh, PA 15226

1 wet system (quarterly)

• South Hills Junction Building 4 611 W. Warrington Avenue Pittsburgh, PA 15226

1 wet system (quarterly)

• South Hills Junction Building 5 611 W. Warrington Avenue Pittsburgh, PA 15226

1 wet system (quarterly)

• Downtown Subway System - Steel Plaza Station

2 Pre-Action Valves (quarterly) 1 Standpipe System (annually)

- Wood Street Station

2 Pre-Action Valves (quarterly) 1 Standpipe system (annually)

- CBD Tunnel 1st Ave. to Gateway Station

1 Dry Standpipe System (annually)

• Mt. Lebanon Tunnel (Northbound and Southbound Tunnels) Located between the Authority’s Mt. Lebanon and Dormont Junction platforms On the Light Rail

Dry Standpipe System (annually)

• South Hills Village Rail Center 1000 Village Drive Pittsburgh, PA 15241

- Transportation Building

1 Pre-Action Valve (quarterly) 1 wet system (quarterly) 1 dry system (quarterly)

1 dry fire pipe system (annually)

- Railcar Storage Yard

1 Standpipe system (annually)

- Railcar Maintenance Building

1 Pre-Action Valve (quarterly) 1 wet system (quarterly) 1 fire pump (annually)

- Parking Garage

1 Standpipe System (quarterly)

• West Mifflin Garage 1011 Lebanon Road West Mifflin, PA 15122

1 Deluge system (annually) 1 wet system (quarterly) 1 Pre-Action Valve (quarterly)

• Ross Garage 4600 Perry Highway Pittsburgh, PA 15229

1 dry system (quarterly) 1 wet system (quarterly) 1 deluge (quarterly) 1 fire pump/transfer switch emergency generator pump test (annually)

• East Liberty Garage 6831 Fifth Avenue Pittsburgh, PA 15206

6 wet systems (quarterly) 1 fire pump (annually)

• Collier Garage 1098 Washington Pike Bridgeville, PA 15017

1 wet system (quarterly)

2235 Beaver Avenue

Pittsburgh, PA 15233-1080

3 wet systems (quarterly) 1 dry system (quarterly)

• Berry Street Tunnel Located on the Authority’s in Crafton / Ingram

hydrant system (annually)

Located in the City of Pittsburgh Between Carson Street and Woodruff Street

hydrant system (annually)

Connector - Gateway Station

1 Pre-Action Valve (quarterly) 1 dry standpipe (annually)

- Southbound Tunnel

Dry tunnel standpipe system (annually)

- North Shore Connector Northbound Tunnel

1 dry standpipe system (annually)

- North Side Station

1 Pre-Action Valve (quarterly) 1 dry standpipe system (annually)

- Allegheny Station

1 Pre-Action Valve (quarterly) 1 dry system (quarterly) 1 dry standpipe system (annually)

2.1.3 The term “certify” or “certification” shall mean that the Contractor is a licensed professional, and has completely and thoroughly inspected and/or tested (as applicable) the afore mentioned systems as needed to maintain compliance with the latest edition of International Building Code (IBC), International Fire Code (IFC), National Fire Protection Association (NFPA) and all applicable Federal, State, and/or Local codes. Certification shall be issued to Authority within five calendar days of the completion of

successful inspection/testing. It shall be the responsibility of the Contractor to verify the expirations of all equipment requiring certification, renew expired certifications, and ensure that the equipment certification does not expire and/or violate said codes within the contract period.

2.1.4 Contractor shall schedule with the Authorities or Agencies having jurisdiction (as needed) in writing to witness the testing and certification of the Port Authority’s fire prevention systems. The cost for the Authorities or Agencies having jurisdiction to witness the testing and fees for permits associated with the testing will be the responsibility of Port Authority, and shall not be included in the bidder’s pricing.

2.2 Quotation of Repairs: 2.2.1 Contractor shall prepare written quotations covering the repairs needed to bring those systems that fail the inspection/ testing/ certification procedure into compliance with the appropriate standards. Each quotation shall be complete and all inclusive and shall list separately all parts, materials, and labor needed to complete the repairs and bring that particular system into compliance with the applicable codes. All parts are to be charged to Port Authority at contractor’s cost +15% for administration and handling cost. Authority may require the Contractor to provide the original parts invoice for verification of pricing.

2.2.2 Each written quotation shall include the following: 2.2.2.1 Date 2.2.2.2 Location 2.2.2.3 Materials list (including pricing) covering all parts and materials needed to make repairs (15% shall be added once all items are totaled) 2.2.2.4 Labor hours and manpower (no more than four persons per job) to make the repairs (in accordance with the applicable labor rate indicated on the proposal) 2.2.2.5 Date the current certification expires 2.2.2.6 Target date of completion of work after a notice to proceed is issued 2.2.2.7 Total price of each repair

2.2.3 The written quotation shall be forwarded to Port Authority’s Mr. Rob Krcelic for evaluation. It shall be Authority’s decision to accept or reject the quotation. Authority reserves the right to obtain quotes and repair services from other vendors.

2.2.3.1 If Authority accepts the quotation, a notice to proceed will be issued covering such repairs. Additional materials and labor costs will not be paid after the notice to proceed is issued for a particular location/job. Contractor shall not proceed with acquiring parts until Port Authority authorizes the repairs with a notice to proceed.

2.3 Repairs

2.3.1 Contractor shall provide repairs as estimated and indicated on an accepted quotation to maintain compliance with the latest edition of International Building Code (IBC), International Fire Code (IFC), National Fire Protection Association (NFPA) and all applicable Federal, State, and/or Local codes. In the event these codes are conflicting, Contractor shall notify Authority, and Authority will decide which code takes precedence.

2.3.2 Authority will issue a notice to proceed to the Contractor for the work to be performed in accordance with the written accepted quotation.

2.3.3 Contractor agrees to make every effort to complete the work in a timely manner. Repairs shall be made without interruption to Revenue Vehicle Service.

2.3.4 Upon request, Authority will make available to the Contractor any existing drawings covering the site. Authority will not vouch for their accuracy in regard to present conditions.

2.3.5 Contractor shall be responsible for disposing off the work site all waste, hazardous substances and excess materials and shall therefore pay all costs incurred as part of it’s bid price. In disposing of waste, hazardous substances and excess materials, the Contractor shall comply with all Federal, state and local governmental laws and regulations concerning such disposal.

2.3.6 Contractor shall verify proper operation of repaired system(s).

2.3.7 After repairs, Contractor shall re-inspect, test, and certify the fire prevention systems as outlined in Section 2.1. The cost of such re- inspection, re-testing and certification shall be included in the Contractor’s Quotation for Repairs, and no separate additional charges shall be paid by Authority. In the case of failed or inadequate repairs the Contractor will be responsible for the additional work needed to bring that particular system into compliance with the applicable codes at no additional cost to Authority.

2.3.8 After repairs to any Dry System, it shall be drained, to prevent any possible freezing.

2.4 Replacement Parts

2.4.1 Replacement parts must be original equipment manufacturer’s replacement parts or an “Approved Equal”. The determination of approved equal on replacement parts will be at the sole discretion of Port Authority.

Emergency / “On-Call” Services

2.5 Contractor shall provide repairs as needed to maintain fire prevention systems in an operable and efficient condition. Work is to be performed “On Call” as needed for emergency situations.

2.6 Contractor agrees to respond to repair calls and to be on site within a four hour period of receiving a call, work shall continue until unit, system or component is operable if possible. Contractor shall provide a phone number that answers 24 hours a day, seven days a week for “on-call” or emergency services. Within 1/2 hour of Port Authority initiating a phone call request for services, Contractor shall place a return phone call to acknowledge receipt of the call.

2.7 For Emergency / “On Call” services, Authority will pay the Contractor two (2) hours per service call out as an initial service / mobilization rate.

2.8 Authority reserves the right to have another qualified service provider to provide services in the event the Contractor does not respond as required. In the event the Authority must hire another qualified service provider, the Contractor will be charged any difference in hourly rate accrued by Port Authority as a result of the Contractor non-response. Work shall continue until unit, system or component is operable, if possible.

3.0 Qualifications

3.1 The Bidder must have a minimum of five years experience in the inspection, maintenance, testing, repair, and certification of fire prevention systems. Bidder shall provide evidence of such experience.

3.2 Bidder shall provide a list of two of its customers for which services of a similar size, cost, and complexity were rendered within the past five years, or are now being rendered by the Bidder. Bidder shall include the company name, address, total annual cost of the contract, and contact person including telephone number.

3.3 Bidder shall list employees that will be assigned to provide services to Authority and their qualifications/certifications permitting them to perform such work. All employees assigned for work on Authority property shall have a minimum of five years experience in the inspection, testing, maintenance, repair, and certification of fire prevention systems. All employees assigned for work on Authority Property shall be certified for inspection and testing fire pumps/related systems.

3.4 Contractor must provide a “Certified Welder” who holds an ASME Section 8 Welding Certificate, which is current within the past one (1) year period, for pipe and gas line certification on steel pipe to perform the welding repairs to any portion of the Fire Prevention System. The welding repairs must conform to ASME weld standards for structural welding as well as Shielded Metal Arc

Welding. The welder’s competency certifications must be current within the last five (5) years and documentation supporting the certification is to be submitted.

3.5 Bidder shall have a substance abuse policy in place that includes drug and alcohol testing. Bidder’s employees shall be tested within any one year period. Contractor shall provide the names, testing date, and test results (pass or fail) of any individuals assigned to work on Authority property upon request. Authority may request any individual assigned to work on Authority property to be tested for substance abuse at any time during the contract. Contractor shall test that individual within 24 hours. Contractor shall immediately conduct a reasonable suspicion test on any individual, which the Authority determines may be under the influence of drugs and/or alcohol. Failure to adhere to this policy will result in termination of this contract. Contractor’s personnel that do not pass a substance abuse test will not be permitted to enter Port Authority Property.

3.6 Contractor shall perform criminal background checks for all of its employees who will be assigned to work on Authority property. Employees identified as having unacceptable results shall be prohibited from being assigned to work on Authority property. Failure to adhere to this policy will be considered a breach of the contract and may result in termination.

3.7 Bidder shall provide sufficient evidence of compliance with all requirements listed in Section 3.0 of this Specification either with the proposal or within seven (7) calendar days of request by Authority to be considered eligible for award. Failure to provide information as required will result in the rejection of the proposal.

3.8 The adequacy of the Bidder’s qualifications to perform the work stated under this Specification shall solely be determined by Authority and its decision will be final.

4.0 Warranty

4.1 Contractor shall warrant all work performed to be free from defects in materials and workmanship for a period of one calendar year from the date the subject system is tested and certified in accordance with this Specification.

4.2 Manufacturer’s warranties that exceed the warranty term specified in Section 4.1 will commence on the date the subject system is tested and certified in accordance with this Specification.

4.3 Contractor agrees at no cost to Authority to remove, replace, and/or repair (including materials, parts and labor) any work proving defective within the warranty period.

5.0 Payment

5.1 Contractor shall submit invoices for Testing and Certification quarterly because Authority Equipment Certifications expire at different times throughout the

contract period. Certifications of the equipment being invoiced and/or upon submitting a quotation for repairs must be presented with the invoice.

5.2 Contractor shall submit invoices for repair for Work Performed upon completion of the work, including the re-testing and certification as outlined herein. Contractor shall present copy of the new certification with invoice.

5.3 Requests for payment shall be forwarded to the following:

Port Authority 345 Sixth Avenue 3rd floor Pittsburgh, PA 15222-2527 Attention Mr. Rob Krcelic

6.0 Hours of Work

6.1 Work will not be permitted to interfere with Revenue Service. It is expected that most contractor operations will be able to be performed during regular daylight hours – 7:30 a.m. through 4:30 p.m., Monday through Friday. If it would be necessary to perform any operations “off-shift” during non-revenue hours, arrangements shall be made through Authority’s Mr. Rob Krcelic, telephone (412) 566-5407. Non-revenue inspections will only be performed from 1:30 a.m. – 4:30 a.m. at Steel Plaza Station, Wood Street Station, Gateway Station, North Side Station, Allegheny Station, Wabash Tunnel, Berry Street Tunnel, the Central Business District (CBD) Tunnel and the North Shore Connector Tunnel.

7.0 Insurance

7.1 Contractor shall procure and maintain insurance as stated on the attached requirements for the duration of the contract.

7.2 Contractor will take all necessary precautions to protect Authority’s facilities and equipment, as well as adjacent properties. Damages to Authority’s facilities and equipment as well as damages to adjacent properties caused by the Contractor, will be the sole responsibility of the Contractor.

8.0 Safety

8.1 The work area and all work therein shall be maintained so as to provide a safe environment for all persons in the work site area.

8.2 If unsafe conditions develop, the Contractor shall be responsible for providing and maintaining suitable barricades, markings, lights, etc. to isolate and properly identify the unsafe area.

9.0 General Requirements

9.1 Contractor shall at all times enforce strict control of his employees and shall not assign an unfit or unskilled person to the work being performed on Authority property. Contractor shall honor all Port Authority Safety policies and procedures.

9.2 The Contractor shall be solely responsible for service means and methods as well as for the safety of his workers, bearing in mind their working environment.

9.3 Contractor shall not be permitted to store parts or materials on Authority property.

9.4 The Contractor should be able to begin work within fifteen calendar days of “Notice to Proceed”.

10.0 Reporting

10.1 Contractor shall submit a written report covering the following on a yearly basis:

• Separate headings for each location, listing the type of equipment and the expiration of each type of equipment.

• Separate headings for each location, listing the type of equipment tested and certified during the previous year and the expiration of each type of equipment.

• Contractor shall list all the different types of equipment (including quantities of each type of equipment) at each facility covered on this contract.

10.2 Contractor shall submit a printed copy of the report and a computer copy. Computer copy shall be furnished on CD and formatted in Microsoft Word 2003 or Microsoft Excel. This report shall be submitted to Mr. Rob Krcelic.

Insurance

General. Contractor shall procure, and cause any subcontractors to procure, before the Contract Services are commenced hereunder, and maintain at its own cost and expense, during the entire period of the performance under this Agreement, the types and amounts of insurance listed in this Section with insurance companies authorized to operate in Pennsylvania and with insurance companies having a minimum A- rating as then stated by A.M. Best. Limits shall be primary and non contributory. Evidence of coverage shall be provided on an annual basis and/or upon request of Port Authority.

Limits may be satisfied by any combination of primary and excess or umbrella per occurrence policies. In the event that the required limits must be satisfied by any combination of primary and excess or umbrella the policies shall provide drop down coverage and provide at least as broad of coverage as the underlying policies.

Worker's Compensation and Employer's Liability.

(a) Workers' Compensation - Statutory Limits

(b) Employer's Liability in an amount not less than:

$500,000 Each Accident $500,000 Disease - Policy Limit $500,000 Disease - Each Employee

Note: (i) Coverage shall be provided in accordance with the laws of the Commonwealth of Pennsylvania and the laws of such other jurisdictions as may apply. (ii) The Contractor shall require, and hereby certifies, that each of its Subcontractors maintains Workers’ Compensation Insurance in accordance herewith, and shall provide to Authority written evidence of such coverage then in effect for each Subcontractor upon Authority’s request.

Commercial General Liability.

In an amount not less than:

$2,000,000 General Aggregate $1,000,000 Products – Completed Operations Aggregate $1,000,000 Each Occurrence

Notes: (i) Contractor shall maintain such Products and Completed Operations liability coverage for at least (1) year after final payment.

(ii) Policy shall provide that “Port Authority of Allegheny County” be named as an Additional Insured for Contractor's full limits of coverage on a primary and non- contributory basis, but in no case less than the limits specified. Policy shall be endorsed with a waiver of subrogation clause with respect to Authority, and neither Contractor nor its insurer shall have any claim against Authority to the extent the claim is or should have been covered by insurance.

(iii) If Claims Made coverage is provided, the policy retroactive date shall be effective prior to the date of this Agreement and the extended reporting period or policy renewal must provide that the policy will respond to claims made for at least 24 months after completion of the Contract Services.

Business Automobile Liability.

With a Combined Single Limit not less than:

$1,000,000 Each Accident

Notes: (i) Policy shall cover the use of all owned, hired and non-owned vehicles.

(ii) Policy shall provide that “Port Authority of Allegheny County” be named as an additional insured for Contractor’s full limits of coverage on a primary and non- contributory basis, but in no case less than the limits specified. Policy shall be endorsed with a waiver of subrogation clause with respect to Authority, and neither Contractor nor its insurer shall have any claim against Authority to the extent the claim is or should have been covered by insurance.

Professional Liability.

In an amount not less than:

$1,000,000 Each Claim

Notes: (i) Policy shall provide coverage for legal liability for damages caused by an error, omission or negligent act in the performance of professional services.

(ii) Policy retroactive date shall be effective prior to date of this Agreement and the extended reporting period or policy renewal must provide that the policy will respond to claims made for at least 24 months after completion of the Contract Services.

Approval. Contractor shall not commence work under this Agreement until it has forwarded to Authority, for review and approval, certificate(s) of the insurance required. Authority shall be given a minimum of 30 days’ notice in the event of change or cancellation of any of the insurance required. The fact that Contractor has obtained the insurance required in this Agreement shall in no manner lessen nor affect Contractor's other obligations set forth in any provision of this Agreement. The policies of insurance referenced above are not to contain any deductible or self insured retention, as applicable to PAAC as an additional insured. In the event the insurance policies purchased by Contractor pursuant to the above insurance requirements contain any deductible or self insured retention provisions, Contractor shall provide PAAC with disclosure of said deductible or self insurance retention prior to execution of the Contract, which will be subject to PAAC approval. If PAAC approves any insurance policy that includes a deductible or self insured retention, Contractor shall be responsible for payment of any and all deductibles or self insured retentions, whether owing from the named insured or PAAC as an additional insured, applicable to the policies of insurance referenced above.

Certificate Holder.

Port Authority of Allegheny County, 345 Sixth Avenue, Pittsburgh, PA 15222

SAMPLE AGREEMENT

THIS AGREEMENT made this [Date], by and between PORT AUTHORITY OF ALLEGHENY COUNTY, a body corporate and politic organized and existing under the laws of the Commonwealth of Pennsylvania and having its principal office in the City of Pittsburgh, Allegheny County, Pennsylvania, hereinafter called "Port Authority", and [Contractor's Name], with principal office at [Contractor's Address], hereinafter called "Contractor". WHEREAS, Contractor submitted to the Port Authority a proposal to furnish certain item or items for the prices specified, and said proposal was accepted by Port Authority.

NOW, THEREFORE, Contractor and Port Authority agree as follows: 1. Contractor shall furnish the following when ordered at the prices shown: [SAMPLE]

2. The Contract Documents are made a part hereof with like force and effect as though recited herein at length and are comprised of the following: (a) Invitation for Proposals (b) Proposal (c) Certification (d) Specification (e) Conditions and Instructions to Bidders (f) All addenda issued prior to the time of opening Proposals (g) Insurance [if required]

3. Port Authority, upon delivery of above equipment, parts, materials and/or supplies in accordance with this Agreement and the Contract Documents, and upon submission of invoices, shall pay the current amounts due for current deliveries under this Agreement.

PORT AUTHORITY OF ALLEGHENY COUNTY

By______

______

CONTRACTOR

______(Company Name)

By______(Signature and Title)

SAMPLE PERFORMANCE BOND

(FOR CONTRACTS TOTALING $100,000 AND OVER)

KNOW ALL MEN BY THESE PRESENTS, That we, ______, as PRINCIPAL, and ______, as SURETY, are held and firmly bound unto Port Authority of Allegheny County, hereinafter called PORT AUTHORITY, in the sum of ______DOLLARS ($______), said sum being at least 50% of the contract price, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into a certain contract, hereto attached, with Port Authority, dated [Date], for: [SAMPLE]

NOW, THEREFORE, if the Principal shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by Port Authority, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said contract that may hereafter be made, then Principal and Surety shall have no further obligation to Port Authority under the contract, otherwise this obligation shall remain in full force and effect.

IN WITNESS WHEREOF, the above bound parties have executed this instrument this ______day of ______, 20_____, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representatives, pursuant to authority of its governing body.

[SAMPLE] [SAMPLE] [SAMPLE] [SAMPLE] [SAMPLE]

PRINCIPAL

(IF A SOLE PROPRIETOR) ______(Name of Company)

______(Handwritten Signature of Owner)

______(Name of Owner - TYPED) (IF A PARTNERSHIP) ______(Name of Company)

______(Handwritten Signature of General Partner)

______(Name of General Partner - TYPED) (IF A CORPORATION) ______(Name of Corporation)

by ______(Handwritten Signature)

______(Name and Title - TYPED) [SAMPLE] [SAMPLE] [SAMPLE] [SAMPLE] [SAMPLE] SURETY WITNESS:

______(Handwritten Signature) (Corporate Surety Company Name)

______(Title) (Business Address)

by ______(Handwritten Signature) ______(Name and Title - TYPED)