PURCHASING DEPARTMENT TERMS: TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2016 DATED 08/22/16 Contract Negotiator Karen Ruch DUE DATE 09/21/16 [email protected] PAGE 1

Company Name

Address

City, State, Zip

PTC Vendor #

PEST CONTROL SERVICE

Provide Pest Control Service on a bimonthly basis (once every two months) from November 1, 2016 through October 31, 2018 (24 months) with an option to renew for an additional two-year contract under the same terms and conditions if agreeable to both PTC and Vendor.

Please see attached PTC Specifications titled “Contract for Pest Control Service,” dated August 2016.

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

Time for bid opening is 2:00 PM, local time. PTC will only provide the original bid document. Please make a copy for your records. All bids must be received and time-stamped in the Strategic Sourcing Department located at 700 S. Eisenhower Blvd., Middletown, PA, no later than the assigned bid opening time, or they will be refused and returned. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.

Bid Response: All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached “Quotation Delivery Instructions”. Failure to address envelope properly and include all essential information will be deemed sufficient reason for rejection of quotation. A Responsive Bid must include the following: 1. Complete Request for Quotation Document 2. Executed Signature Page 3. Executed Insurance Acknowledgment 4. Schedule of Prices 5. References

Vendor Contact Information

Respondent’s Name

Title Fax #

Phone # E-mail

PURCHASING DEPARTMENT TERMS: COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 NET 30 DAYS CONTRACT NEGOTIATION

BID NUMBER 939700-2016 DATED 08/22/16 Contract Negotiator Karen Ruch DUE DATE 09/21/16 [email protected] PAGE 2

------Mandatory Pre-Bid Meeting will be held at the time and location indicated below. Those who wish to bid on this contract must attend the pre-bid meeting.

September 7, 2016 at 1:00 PM (ET) Pennsylvania Turnpike Central Administration Building 700 S Eisenhower Blvd Middletown PA 17057

------Key Events/Dates.

Event Date Time Request for Quotation Release August 23, 2016 n/a Closing Date for Inquiries September 7, 2016 3:00 pm, ET Bid Opening September 21, 2016 2:00 PM, ET Estimated Award Date October 4, 2016

Bonding. Bid security in the form of bond or check is not required for this bid. Performance bond will not be required of successful bidder(s). Disregard Section I.C. BONDING of the attached conditions and instructions. All other terms apply.

Insurance Requirements: Services shall not commence until the successful Contractor has obtained all of the insurance as listed on the attached “Insurance Requirements” specification and such insurance has been approved by the Commission. If Bidder has the required insurance coverage, please attach certificate(s) giving evidence of coverage to your bid proposal.

References: All vendors must submit three (3) references with their proposal. Failure to provide this information shall be cause for rejection of proposal.

Price Adjustments: • Item pricing shall not change during the first twenty-four (24) months after the effective date of this Contract. Price change requests may be submitted in writing forty-five (45) days prior to the expiration date of the Contract. All requests must be accompanied by appropriately documented market justification. Any price changes must be approved by the Commission in writing in order to be effective. • SPECIAL REQUEST PRICE ADJUSTMENTS prior to the 45 day contract expiration date must be made in writing addressed to the Buyer. This request must include vendor business case to support requested price adjustment. The Buyer may require additional support documentation as part of the evaluation process. PTC FORM #79-11B (Rev. 2/13)

(Continuation of Proposal) Sales made to the Pennsylvania Turnpike Commission are exempt from the provisions of the fair trade law, the Pennsylvania Sales Tax, and certain Federal Excise Taxes.

CASH DISCOUNT OFFERED: Bidder hereby agrees that in the event of an award if payment is made within______( ) days after receipt of material he will offer the Pennsylvania Turnpike Commission a ______% discount. (NOTE: Discount offered will not be used for the purpose of evaluating lowest bid received.)

The Bidder agrees that the Commission may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth of PA against any payments due the Contractor under any contract with the Commission.

BID In compliance with the within proposal, and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted, to furnish any or all items upon which prices are quoted, at the price set opposite each item, delivered at the point(s) specified. This bid will remain firm for sixty (60) days.

Executed at______this______day of______City, State Month, Year

(IF A SOLE PROPRIETOR): ______Name of Company

(SEAL) Owner

TYPE OR PRINT NAME HERE ______

(IF A PARTNERSHIP): ______Name of Company

(SEAL) Owner

TYPE OR PRINT NAME HERE ______

(IF A CORPORATION): (See Instructions) ______Name of Company

Attest: ______

BY:______

______Title Title

Type or Print Name Here ______

Address______

______

Telephone No.______

Please check all that apply to your business:  Minority Business Enterprise  Small Business Enterprise  Woman Business Enterprise  Veteran Business Enterprise  Service Disabled Veteran-Owned Business Enterprise

INSURANCE ACKNOWLEDGMENT

The Pennsylvania Turnpike Commission

Company Name

Address

City, State, Zip

PTC Vendor #

This is to confirm that we accept the insurance requirements as stated in the attachment to this request for quotation. Prices in this bid proposal include any and all costs to obtain insurance coverage as specified.

One copy of this ACKNOWLEDGMENT must be signed by the Bidder and firmly affixed to proposal prior to delivery to the Commission.

______(Bidder's Signature)

______(Title)

______(Date)

PA Turnpike Commission Strategic Sourcing & Asset Management Department Insurance Requirements

A. General Insurance Requirements 1. Services shall not commence until the Contractor has obtained, at their own expense, all of the insurance as required hereunder and such insurance has been approved by the Commission; nor shall the Contractor allow any Subcontractor to commence work on any Commission projects until all insurance required of the Subcontractor has been so obtained and approved by the Contractor. Approval of insurance required of the Contractor will be granted only after submission to the Commission, original certificates of insurance signed by the representatives of the insurers or, at the Commission’s request, certified copies of the required insurance policies.

2. All insurance required herein Insurance shall be written on an “occurrence” basis and not a “claims-made” basis.

3. The Commission, its commissioners, agents, servants, employees and representatives shall be named as additional insured on the Contractor’s liability (General Liability, Automobile Liability and Umbrella Liability insurance) insurance program with respect to the liability arising out of the Contractor’s work (including products and completed operations as well as ongoing operations) and the certificate of insurance, or the certified policy, if required, must also state this. This coverage should be provided, along with evidence of such coverage, for a period of two years after completion of the project.

4. All insurance policies required hereunder shall be endorsed to provide that the policy is not subject to cancellation, non- renewal, or material reduction in coverage until thirty (30) days prior written notice has been given to the Owner.

5. Insurance provided to the Commission as specified herein shall be primary and non-contributory.

6. No acceptance and/or approval of any insurance by the Commission shall be construed as relieving or excusing the Contractor or the Contractor’s Surety (if applicable) from any liability or obligation imposed upon either or both of them by provisions of this Contract.

7. All insurance companies shall have an AM Best’s rating of A- or better and be licensed to do business in the State of Pennsylvania.

8. There shall be no liability upon the Commission, public officials, their employees, their authorized representatives, or agents either personally or as officials of the Commission in carrying out any of the provisions of the Contract nor in exercising any power or authority granted to them by or within the scope of the Contract, it being understood that in all such matters they act solely as agents and representatives of the Commission.

9. Waiver of Rights of Recovery and Waiver of Rights of Subrogation:

a. The Contractor and subcontractors waive all rights of recovery against the Owner and all the additional insureds for loss or damage covered by any of the insurance maintained by the contractor or subcontractor. b. If any of the policies of insurance required under this contract require an endorsement to provide for the waiver of subrogation, then the named insured of such policies will cause them to be so endorsed.

10. Any type of insurance or any increase in limits of liability not described above which the contractor requires for its own protection or on account of statute shall be its own responsibility and at its own expense.

PTC Insurance Requirements SSAM Department page 1 B. Contractor Liability Insurance Requirements • The Contractor shall purchase the following insurance coverage’s for the minimum limits specified below or required by law.

• Commercial General Liability insurance for bodily injury, personal injury, and property damage including loss of use, etc. with minimum limits of: $1,000,000 each occurrence; $1,000,000 personal and advertising injury; $2,000,000 general aggregate; and $2,000,000 products/completed operation aggregate.

This insurance shall include coverage for all of the following • Coverage is to be provided by the standard Commercial General Liability insurance policy (“Occurrence Form”); • General aggregate limit applying on a per project/ location basis; • Liability arising from premises and operations; • Liability arising from the actions of independent contractors; • Contractual liability including protection for the Contractor from bodily injury and property damage claims arising out of liability assumed under this Contract; • Liability arising from the explosion, collapse or underground (XCU) hazards (If Applicable) • Products/Completed Operations Coverage must be maintained for a period of at least two (2) years after final payment (including coverage for the Additional Insureds as set forth in these Insurance Requirements).

• Business Auto Liability insurance with a minimum limit of $1,000,000 per accident and including, but not limited to, coverage for all of the following: • Liability arising out of the ownership, maintenance or use of any auto; • Auto non-ownership and hired car coverage • Contractual Liability Coverage (including Liability for Employee Injury assumed under a Contract as provided in the standard ISO policy form)

• Workers’ Compensation insurance with statutory benefits as required by any state or federal law, including standard “other states” coverage; employer’s liability insurance with minimum limits of:

$ 500,000 each accident for bodily injury by accident; $ 500,000 each employee for bodily injury by disease; and $ 500,000 policy limit for bodily injury by disease.

1. Including Waiver of Right to Recover from Others Endorsement (WC 00 0313) where permitted by state law. 2. United States Longshore & Harbor Workers Act Coverage, where applicable; and 3. Maritime Coverage under the Jones Act, where applicable.

• Umbrella Liability or Excess Liability insurance with minimum limits of: $5,000,000 per occurrence; $5,000,000 aggregate for other than products/completed operations and auto liability; and $5,000,000 products/completed operations aggregate.

Policy to apply excess of the Commercial General Liability (following form, Per Project / location), Commercial Automobile Liability and Employers Liability Coverage.

PTC Insurance Requirements SSAM Department page 2 QUOTATION DELIVERY INSTRUCTIONS: (DO NOT DISCARD)

QUOTATION ENCLOSED (Check One) BID □ NO-BID □ Bid # 939700-2016 Due Date 9/21/2016 2:00 PM PENNSYLVANIA TURNPIKE COMMISSION STRATEGIC SOURCING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106-7676

• All bid quotations must be returned in a sealed envelope addressed exactly as shown above. The label may be cut out and affixed firmly to the response envelope. Failure to address envelope properly and include bid number and due date on face of envelope will be deemed sufficient reason for rejection of quotation.

• For Overnight or Express Delivery of bid documents, quotation must be sealed in a separate envelope addressed exactly as shown above. The sealed quotation may then be sent to:

Pennsylvania Turnpike Commission 700 South Eisenhower Boulevard Middletown, PA 17057

• Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission located 700 South Eisenhower Boulevard, Middletown, PA by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.

PENNSYLVANIA TURNPIKE COMMISSION Harrisburg, Pennsylvania CONDITIONS AND INSTRUCTIONS TO BIDDERS The foregoing proposal is subject to the following general conditions and instructions, all interpretations of which shall be at the sole discretion of the Pennsylvania Turnpike Commission:

I. BID REQUIREMENTS A. BID OPENING Time for bid opening is 11:00 AM, local time. PTC will only provide the original bid document. Please make a copy for your records. All bids must be received and time-stamped in the Strategic Sourcing Department located at 700 S. Eisenhower Blvd., Middletown, PA, no later than the assigned bid opening time, or they will be refused and returned. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.

B. DELIVERY OF PROPOSAL All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached “Quotation Delivery Instructions”. Failure to address envelope properly and include all essential information will be deemed sufficient reason for rejection of quotation.

C. BONDING If required by specific terms in the RFQ document, proposal, performance, and payment guaranty to be provided under the following instructions. PROPOSAL GUARANTY FOR EXECUTION OF CONTRACT TO ACCOMPANY BID PROPOSAL 1. No proposal will be considered unless accompanied by a bid bond in favor of and payable to the Pennsylvania Turnpike Commission in a sum not less than ten percent (10%) of the proposal price of the material, services, or combination thereof, conditioned that the bidder will execute, within the prescribed time limit, a contract to furnish materials, services, or combination thereof, according to the terms of the proposal. 2. In addition, each bond shall have a surety thereon one or more surety companies legally authorized to transact business in the Commonwealth, and shall be acceptable to the Commission. However, in lieu of a bond, such proposal guaranty, in the required amount, may be a bank cashier's or treasurer's check, or a depositor's check certified by the bank of deposit. 3. The bid security of the three (3) low bidders will be retained until the execution of the contract.

PERFORMANCE BOND WILL BE REQUIRED FROM SUCCESSFUL BIDDER(S) Security in the amount of one hundred percent (100%) of bid will be required from the successful bidder(s), and it should be in the form of a certified check, bank cashier's check, or treasurer's check drawn to the order of the Pennsylvania Turnpike Commission, or preferably a Performance Bond with a surety company legally authorized to transact business in the Commonwealth and acceptable to the Pennsylvania Turnpike Commission. Where the bidder does not comply with the bid, purchase order, or contract, the proceeds of the certified check, bank cashier's check, or performance bond shall be forfeited to the Pennsylvania Turnpike Commission as liquidated damages for his failure to perform, and this sum is not to be construed in any sense as a penalty; or the Pennsylvania Turnpike Commission may, at its option, sue the bidder or his surety for the damages it has suffered for any breach of contract, in which case any security held by the Pennsylvania Turnpike Commission shall be applied as a credit in any such suit for damages.

PAYMENT BOND WILL BE REQUIRED FROM SUCCESSFUL BIDDER(S) A Payment Bond in the amount of 100% of the bid price will be required of the successful bidder(s) for any purchase order or contract exceeding five thousand dollars ($5,000.00) for the construction, reconstruction, alteration, or repair of any building, or other improvement including highway work. Such bonds shall be executed by one or more surety companies legally authorized to transact business in the Commonwealth of Pennsylvania and acceptable to the Pennsylvania Turnpike Commission.

D. CONTRACTING OFFICER The Contracting Officer for this bid and for any Purchase Orders issued as a result of this bid is the Director of Procurement & Logistics.

II. BID RESPONSE A. QUESTIONS All questions regarding this Request for Quotation must be submitted in writing to the email address of the Buyer provided in the bid document. Questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commission. All questions received will be answered in writing and/or formally issued as an addendum at the discretion of the Buyer. The Buyer shall not be bound by any verbal information that is not either contained within the Request for Quotation or formally issued as an addendum. The Commission does not consider questions to be a protest of the specifications or of the solicitation.

B. APPROVED EQUAL Wherever in these proposal forms and specifications an article or material is defined by using a trade name or the name and catalog number of a manufacturer or vendor, the term "OR APPROVED EQUAL", if not inserted therewith, shall be implied. It is understood that any reference to a particular manufacturer's product, either by trade name or by limited description, has been made solely for the purpose of more clearly indicating the minimum standard of quality desired. The term "OR APPROVED EQUAL" is defined as meaning any other make equal in material, workmanship, and service, and as efficient and economical in operation. An article meeting these conditions may be accepted, unless specifically noted other wise in the bid document.

C. PRICES The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will be required to provide the awarded item(s) at the prices quoted in its Bid. 1. Delivery fuel surcharges are not permissible. 2. Contractor will be responsible for all tolls required for delivery or performance of service 3. Item pricing shall not change during the first twelve (12) months after the effective date of this Contract. After twelve (12) months, price change requests may be submitted in writing forty-five (45) days prior to the expiration of the anniversary date of the Contract. All requests must be accompanied by appropriately documented market justification. Any price changes must be approved by the Commission in writing in order to be effective. 4. SPECIAL REQUEST PRICE ADJUSTMENTS prior to the 45 day contract expiration date must be made in writing addressed to the Buyer. This request must include vendor business case to support requested price adjustment. The Buyer may require additional support documentation as part of the evaluation process.

D. EXCEPTIONS 1. When entering a bid for items from a manufacturer other than the referenced manufacturer shown for each item, the Bidder must show for each item the stock/part number and manufacturer of the item you propose to furnish in the space provided. Illustrated bulletin or specification of alternate units proposed to be furnished must accompany your bid. Failure to do so will be deemed sufficient reason for rejection of your bid. 2. The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions and specifications of this bid. This sheet shall be labeled “EXCEPTIONS TO BID CONDITIONS AND SPECIFICATIONS” and shall be attached to the bid.

E. EXECUTION OF PROPOSAL All blank spaces in the proposal and bid shall be filled in clearly where indicated, either typed or written in ink. Altering or changing any part of this proposal or bid will be sufficient reason for rejection. Bidders shall submit a separate unit price for each item, a total bid, a total lump sum bid covering all items in each group, and a total lump sum bid covering all items of all groups. Award will be made on separate unit price, total bid, or a total lump sum bid covering all items in each group, or a total lump sum bid for all items of all groups, whichever is to the best interest of the Pennsylvania Turnpike Commission. In case of a discrepancy, the unit price will be considered as the price bid. The extension figures are only for the information of the Commission and will not be considered as part of the bid. The bid must be signed by the owner, if the bidder is a sole proprietor; or by a general partner, if the bidder is a partnership. If the bidder is a corporation, the bid must be signed by the president or vice-president, and attested by the secretary or treasurer or assistant secretary or treasurer. A corporate bidder may, in the alternative, execute a bid other than by the formality set forth above, by signing such bid by an officer, employee or agent having express authority by reason of a power of attorney identifying that officer or agent by name and title; a copy of the power of attorney (signed by the president or vice- president, attesting to the corporate minutes setting forth the resolution of authority and certified by the secretary or treasurer or assistant secretary or treasurer) shall be attached to each such bid.

F. MODIFICATION OR WITHDRAWAL OF BID PRIOR TO OPENING Each bidder who submits his bid specifically waives any right to withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any bid after it has been deposited with the Commission, provided the bidder makes his request by telephone or in writing to the Manager of Strategic Sourcing and Asset Management. Withdrawal by telephone or in writing must be made not later than twenty-four (24) hours before the time fixed for the bid opening. Requests pertaining to withdrawal by telephone must be confirmed in writing by the bidder and must reach the Manager of Strategic Sourcing and Asset Management, Pennsylvania Turnpike Commission, not later than one (1) hour prior to the time fixed for the opening of bids.

G. FURNISHING OF SAMPLES Samples, if required, must be furnished at the expense of the bidder and will become the property of the Pennsylvania Turnpike Commission.

H. ELECTRONIC VERSIONS OF THE REQUEST FOR QUOTATION If the RFQ is being made available by electronic means, and the Bidder electronically accepts the RFQ, the Bidder acknowledges and accepts full responsibility to insure that no changes are made to the RFQ. In the event of a conflict between a version of the RFQ in the Bidder’s possession and the Commission’s version of the RFQ, the Commission’s version shall govern.

I. BID RESULTS 1. Request for bid summary information for this RFQ will be given only when accompanied by stamped self-addressed envelope. No telephone or email inquiries honored. 2. Request for previous bid results or any other details of previous purchases or contracts is considered a request for public records under the Right-to-Know Law (RTKL), Act 3 of 2008 and shall comply with the Commission’s policies, process and procedures for requesting such records. RTKL requests may be submitted online at www.paturnpike.com.

J. CAUSE FOR REMOVAL FROM BID LIST Any vendor not responding two (2) consecutive times or any vendor who does not receive an award for a period of five (5) years shall be purged from the mailing list, unless specifically noted otherwise in the bid document. A "NO BID" is considered a reply.

K. NON-WAIVER OF ADDITIONAL RIGHTS The enumeration in these Conditions and Instructions of certain rights and remedies in the Commission shall not be construed to preclude the exercise by the Commission of other and additional rights and remedies which are available generally at law or which may be implied from the foregoing.

III. SELECTION CRITERIA A. ACCEPTANCE OR REJECTION OF BID; CONFORMITY TO SPECIFICATION; ELIGIBILITY FOR AWARD 1. The Pennsylvania Turnpike Commission reserves the right to reject any and all bids, to waive technical defects, and to accept or reject any part of any bid if, in its judgment, the best interests of the Pennsylvania Turnpike Commission are thereby served. 2. The Commission may reject all bids not meeting specifications. 3. No award will be made to any bidder who, in the opinion of the Manager of Strategic Sourcing and Asset Management of the Pennsylvania Turnpike Commission, is in default of any bid, purchase order, or contract with the Pennsylvania Turnpike Commission, prior to the date of the bid under consideration.

B. MANDATORY RESPONSIVENESS REQUIREMENTS To be eligible for selection, a bid must be: 1. Timely received from a Bidder; 2. Properly signed by the Bidder.

C. EVALUATION & AWARD It is the intention of the PA Turnpike Commission to award contract(s) in a manner most beneficial to the Commission. Unless otherwise specified by the Commission in the RFQ form the Commission reserves the right to award by item or on a total Bid basis, whichever is deemed more advantageous to the Commission. In cases of discrepancies in prices, the unit price will be binding unless the unit price is obviously in error and the extended price is obviously correct, in which case the erroneous unit price will be corrected. As a condition for receipt of award of a contract/purchase order, the Bidder must be registered in the Commission Vendor Master file. In order to register, bidders must visit www.paturnpike.com and complete the Vendor Registration. Unless specifically noted as a bid requirement, time, terms of delivery, and cash discounts offered by any bidder shall not be considered in making an award. However, if cash discounts are offered by any bidder, the Pennsylvania Turnpike Commission reserves the right to take advantage of such offer.

D. TIE BIDS In the event of tie bids, time, terms of delivery and terms of payment shall be considered as factors by the Commission in making an award. All tie bids will be broken by the Commission.

E. PROMPT PAYMENT DISCOUNTS Prompt payment discounts will not be considered in making an award. If prompt payment discounts are offered by any Bidder, however, the Commission will take advantage of such offer.

F. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE The Commission reserves the right to purchase products or services covered under this Contract through a separate competitive bidding procedure, whenever Commission deems it in the best interest of the Commission. The right will generally be exercised only when a specific need for a large quantity of the product or service exists or when the price offered is significantly lower than the Contract price.

IV. CONTRACT TERMS and CONDITIONS A. EXTENSION OF CONTRACT TERM The Commission reserves the right, upon notice to the Contractor, to extend any single term of the Contract for up to three (3) months upon the same terms and conditions.

B. PURCHASE ORDERS The Commission may issue Purchase Orders against the Contract. These orders constitute the Contractor's authority to make delivery. All Purchase Orders received by the Contractor up to and including the expiration date of the Contract are acceptable and must be performed in accordance with the Contract. Each Purchase Order will be deemed to incorporate the terms and conditions set forth in the Contract.

C. ELECTRONIC DOCUMENTS Purchase Orders will not include an "ink" signature by the Agency. The electronically-printed name of the Buyer represents the signature of that individual who has the authority, on behalf of the Commission, to authorize the Contractor to proceed. Purchase Orders may be issued electronically or through facsimile equipment. The electronic transmission of a purchase order shall require acknowledgement of receipt of the transmission by the Contractor. Receipt of the electronic or facsimile transmission of the Purchase Order shall constitute receipt of an order. Orders received by the Contractor after 4:00 p.m. will be considered received the following business day. 1. No handwritten signature shall be required in order for the Contract or Purchase Order to be legally enforceable. 2. The parties agree that no writing shall be required in order to make the order legally binding. The parties hereby agree not to contest the validity or enforceability of a Purchase Order or acknowledgement issued electronically under the provisions of a statute of frauds or any other applicable law relating to whether certain agreements be in writing and signed by the party bound thereby. Any Purchase Order or acknowledgement issued electronically, if introduced as evidence on paper in any judicial, arbitration, mediation, or administrative proceedings, will be admissible as between the parties to the same extent and under the same conditions as other business records originated and maintained in documentary form. Neither party shall contest the admissibility of copies of Purchase Orders or acknowledgements under either the business records exception to the hearsay rule or the best evidence rule on the basis that the order or acknowledgement were not in writing or signed by the parties. A purchase order or acknowledgment shall be deemed to be genuine for all purposes if it is transmitted to the location designated for such documents. 3. Each party will immediately take steps to verify any document that appears to be obviously garbled in transmission or improperly formatted to include re-transmission of any such document if necessary.

D. INDEPENDENT PRIME CONTRACTOR In performing its obligations under the Contract, the Contractor will act as an independent contractor and not as an employee or agent of the Commission. The Contractor will be responsible for all services in this Contract whether or not Contractor provides them directly. Further, the Contractor is the sole point of contact with regard to all contractual matters, including payment of any and all charges resulting from the Contract.

E. SUPPLIES DELIVERY Vendor must show, upon delivery, a packing slip with the complete Purchase Order reference number. 1. All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, or destruction of the item(s) ordered prior to receipt of the items by the Commission. Such loss, injury, or destruction shall not release the Contractor from any contractual obligations. Except as otherwise provided in this contract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition to any other remedies, the Contract is subject to termination for failure to deliver as specified. 2. Unless otherwise stated in this Contract, delivery must be made within ten (10) days after the Effective Date. 3. Deliveries to be made Monday through Friday, between the hours of 7:30 AM and 2:30 PM (excluding holidays) unless other prior arrangements are approved by the Strategic Sourcing Department.

F. ADDITION/DELETION OF PRODUCTS The Vendor is responsible for notifying the Commission of all new and discontinued products in a timely manner. Additional line items may be added to the contract(s) through mutual agreement of the contractor and the Commission. Fair and accepted pricing will be comparable to similar items or the appropriate based line items. At no time is the Vendor allowed to unilaterally change products or pricing.

G. ESTIMATED QUANTITIES It shall be understood and agreed that any quantities listed in the Contract are estimated only and may be increased or decreased in accordance with the actual requirements of the Commission and that the Commission in accepting any bid or portion thereof, contracts only and agrees to purchase only the materials and services in such quantities as represent the actual requirements of the Commission. The Commission reserves the right to purchase materials and services covered under the Contract through a separate competitive procurement procedure, whenever Commission deems it to be in its best interest.

H. CHANGES The Commission reserves the right to make changes at any time during the term of the Contract or any renewals or extensions thereof: 1) to increase or decrease the quantities resulting from variations between any estimated quantities in the Contract and actual quantities; 2) to make changes to the services within the scope of the Contract; 3) to notify the Contractor that the Commission is exercising any Contract renewal or extension option; or 4) to modify the time of performance that does not alter the scope of the Contract to extend the completion date beyond the Expiration Date of the Contract or any renewals or extensions thereof. Any such change shall be made by the Contracting Officer by notifying the Contractor in writing. The change shall be effective as of the date of the change, unless the notification of change specifies a later effective date. Such increases, decreases, changes, or modifications will not invalidate the Contract, nor, if performance security is being furnished in conjunction with the Contract, release the security obligation. The Contractor agrees to provide the service in accordance with the change order. Any dispute by the Contractor in regard to the performance required by any notification of change shall be handled through Contract Controversies Provision.

I. WARRANTY The Contractor warrants that all items furnished and all services performed by the Contractor, its agents and subcontractors shall be free and clear of any defects in workmanship or materials. Unless otherwise stated in the Contract, all items are warranted for a period of one year following delivery by the Contractor and acceptance by the Commission. The Contractor shall repair, replace or otherwise correct any problem with the delivered item. When an item is replaced, it shall be replaced with an item of equivalent or superior quality without any additional cost to the Commission.

J. INSPECTION & REJECTION No item(s) received by the Commission shall be deemed accepted until the Commission has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specification may be rejected upon initial inspection or at any later time if the defects contained in the item(s) were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Vendor to remove rejected item(s) from the premises without expense to the Commission within fifteen (15) days after notification. Upon notice of rejection, the Vendor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective.

K. COMPENSATION The Contractor shall be required to furnish the awarded item(s) at the price(s) quoted in the Purchase Order. All item(s) shall be delivered within the time period(s) specified in the Purchase Order. The Contractor shall be compensated only for item(s) that are delivered and accepted by the Commission.

L. BILLING REQUIREMENTS Unless the Contractor has been authorized by the Commission for Evaluated Receipt Settlement or Vendor Self-Invoicing , the Contractor shall include in all of its invoices the following minimum information: - Vendor name and "Remit to" address, including SAP Vendor number; - Bank routing information, if ACH; - SAP Purchase Order number; - Delivery Address, including name of Commission location; - Description of the supplies/services delivered in accordance with SAP Purchase Order (include purchase order line number if possible); - Quantity provided; - Unit price; - Price extension; - Total price; and - Delivery date of supplies or services. If an invoice does not contain the minimum information set forth in this paragraph, the Commission may return the invoice as improper. If the Commission returns an invoice as improper, the time for processing a payment will be suspended until the Commission receives a correct invoice. The Contractor may not receive payment until the Commission has received a correct invoice. Contractors are required to establish separate billing accounts with each using agency and invoice them directly. Each invoice shall be itemized with adequate detail and match the line item on the Purchase Order. In no instance shall any payment be made for services to the Contractor that are not in accordance with the prices on the Purchase Order, the Contract, updated price lists or any discounts negotiated by the purchasing agency.

M. TAXES The Commission is exempt from all excise taxes imposed by the Internal Revenue Service and has accordingly registered with the Internal Revenue Service to make tax free purchases under Registration No. 23-730309-K. (EIN: 23- 6003240). It is the bidder's responsibility to contact the Pennsylvania Department of Revenue or the Internal Revenue Service to determine the applicability of taxes. Generally though, direct sales to the Commission (an instrumentality of the Commonwealth of Pennsylvania) of tangible personal property that will not become a permanent part of real estate are exempt from Pennsylvania sales tax. Any other applicable tax may not be stated as a separate line item in the bid. Relevant exemption numbers and certificates are available by email request to [email protected].

N. UNDERTAKING BY BIDDER In submitting the foregoing bid, the bidder certifies that: 1. The bidder shall be responsible for all damage to life and property due to negligence or other tortious acts, errors, and omissions arising from or related to the work of this Agreement. The bidder shall indemnify and hold harmless the Commission, and their agents and employees from and against all liability, claims, damage, losses, and expenses arising from or related to the work of the bidder or that of the bidder's employees or subcontractors. This indemnification provision shall survive the termination of this contract. 2. The prices in this bid are neither directly nor indirectly the result of any agreement with any other bidder. 3. To the best of the knowledge of the person signing the proposal for the Bidder and except as otherwise disclosed by the Bidder in its proposal, the Bidder has no outstanding, delinquent obligations to the Commission including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Bidder that is owed to the Commission. 4. The Bidder is not currently under suspension or debarment by the Commission, or any other state, or the federal government, and if the Bidder cannot certify, then it shall submit along with the proposal a written explanation of why such certification cannot be made. 5. Each Bidder, by submitting its proposal, authorizes all Commission agencies to release to the Commission information related to liabilities to the Commission including, but not limited to, taxes, unemployment compensation, and workers’ compensation liabilities.

O. TERMINATION PROVISIONS The Commission has the right to terminate this Contract or any Purchase Order for any of the following reasons. Termination shall be effective upon written notice to the Contractor. 1. TERMINATION FOR CONVENIENCE: The Commission shall have the right to terminate the Contract or a Purchase Order for its convenience if the Commission determines termination to be in its best interest. The Contractor shall be paid for work satisfactorily completed prior to the effective date of the termination, but in no event shall the Contractor be entitled to recover loss of profits. 2. NON-APPROPRIATION: The Commission's obligation to make payments during any Commission fiscal year succeeding the current fiscal year shall be subject to availability and appropriation of funds. When funds (state and/or federal) are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal year period, the Commission shall have the right to terminate the Contract or a Purchase Order. The Contractor shall be reimbursed for the reasonable value of any nonrecurring costs incurred but not amortized in the price of the supplies or services delivered under the Contract. Such reimbursement shall not include loss of profit, loss of use of money, or administrative or overhead costs. The reimbursement amount may be paid for any appropriations available for that purpose 3. TERMINATION FOR CAUSE: The Commission shall have the right to terminate the Contract or a Purchase Order for Contractor default under Default Clause upon written notice to the Contractor. The Commission shall also have the right, upon written notice to the Contractor, to terminate the Contract or a Purchase Order for other cause as specified in the Contract or by law. If it is later determined that the Commission erred in terminating the Contract or a Purchase Order for cause, then, at the Commission's discretion, the Contract or Purchase Order shall be deemed to have been terminated for convenience under the Subparagraph 1.

P. NON-DISCRIMINATION CLAUSE The Pennsylvania Turnpike Commission's Non-Discrimination Clause shall be considered a part of this proposal. Copies of the Non-Discrimination Clause can be obtained by contacting the [email protected].

DIVERSE BUSINESS (DB) PARTICIPATION General Provision. The Diverse Business (DB) Requirements of Section 303 of Title 74 of the Pennsylvania Consolidated Statutes, 74 Pa.C.S. §303 do not apply to this Contract. A DB is a disadvantaged business, minority-owned or women-owned business or service-disabled veteran-owned or veteran-owned small business that has been certified by a third-party certifying organization, as defined in 74 Pa.C.S. §303. However, the Commission is committed to participation by DBs in the performance of this contract. Bidders are encouraged to utilize and give consideration to DBs in the performance of the contract work. Bidders shall not discriminate on the basis of gender, race, creed or color in the award and performance of contracts in accordance with 62 Pa.C.S. §3701. To the extent a Bidder utilizes a DB in performing the contract work or services, bidders shall document and submit to the Commission the names of the DBs, the address, contract person and the total amount of contract work that is subcontracted to the DB. The Commission’s Director of the Office of Diversity and Inclusion, or his or her designee, is designated the Responsible Official who shall supervise the DB program and ensure that the Commission complies with the DB program.

Records. Maintain project records as necessary to determine use of DBs for the Contract. Maintain all records for 3 years following acceptance of final payment. Make records available for inspection by the Commission, its designees or agents. These records should indicate: 1. the number of DB subcontractors supplying or performing work and noting the type of work or supply and amounts of each contract executed with each DB firm. 2. the amounts paid to each DB during the life of the contract. If no payments are made to a DB during the month, enter a zero ($0) payment. 3. upon completion of the contract work, submit paid invoices or a certification attesting to the actual amount paid to each DB.

Reports. Submit reports following final payment, or as required by the Commission, of those contracts and other business executed with DBs with respect to the records referred to above in such form and manner as prescribed by the Commission. Subcontracts/Purchase Orders. Subcontracts with DB firms will not contain provisions waiving legal rights or remedies provided by laws or regulations of the Federal Government or the Commonwealth of Pennsylvania or the Commission through contract provisions or regulations. Bidder will not impose provisions on DB subcontractors that are more onerous or restrictive than the terms of the prime's contract with non-DBs. Assignability and Subcontracting Subject to the terms and conditions of this paragraph, this Contract shall be binding upon the parties and their respective successors and assigns. b. The Contractor shall not subcontract with any person or entity to perform all or any part of the work to be performed under this Contract without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. c. The Contractor may not assign, in whole or in part, this Contract or its rights, duties, obligations, or responsibilities hereunder without the prior written consent of the Contracting Officer, which consent may be withheld at the sole and absolute discretion of the Contracting Officer. d. Notwithstanding the foregoing, the Contractor may, without the consent of the Contracting Officer, assign its rights to payment to be received under the Contract, provided that the Contractor provides written notice of such assignment to the Contracting Officer together with a written acknowledgement from the assignee that any such payments are subject to all of the terms and conditions of this Contract. e. For the purposes of this Contract, the term "assign" shall include, but shall not be limited to, the sale, gift, assignment, pledge, or other transfer of any ownership interest in the Contractor provided, however, that the term shall not apply to the sale or other transfer of stock of a publicly traded company. f . Any assignment consented to by the Contracting Officer shall be evidenced by a written assignment agreement executed by the Contractor and its assignee in which the assignee agrees to be legally bound by all of the terms and conditions of the Contract and to assume the duties, obligations, and responsibilities being assigned. g. A change of name by the Contractor, following which the Contractor's federal identification number remains unchanged, shall not be considered to be an assignment hereunder. The Contractor shall give the Contracting Officer written notice of any such change of name. Other Contractors The Commission may undertake or award other contracts for additional or related work, and the Contractor shall fully cooperate with other contractors and Commission employees, and coordinate its work with such additional work as may be required. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by Commission employees. This paragraph shall be included in the Contracts of all contractors with which this Contractor will be required to cooperate. The Commission shall equitably enforce this paragraph as to all contractors to prevent the imposition of unreasonable burdens on any contractor. CONTRACTOR INTEGRITY PROVISIONS It is essential that those who seek to contract with the Pennsylvania Turnpike Commission (“Commission”) observe high standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in the integrity of the Commission contracting and procurement process.

I. DEFINITIONS. For purposes of these Contractor Integrity Provisions, the following terms shall have the meanings found in this Section:

a. “Affiliate” means two or more entities where (a) a parent entity owns more than fifty percent of the voting stock of each of the entities; or (b) a common shareholder or group of shareholders owns more than fifty percent of the voting stock of each of the entities; or (c) the entities have a common proprietor or general partner.

b. “Consent” means written permission signed by a duly authorized officer or employee of the Commission, provided that where the material facts have been disclosed, in writing, by prequalification, bid, proposal, or contractual terms, the Commission shall be deemed to have consented by virtue of the execution of this contract.

c. “Contractor” means the individual or entity, that has entered into this contract with the Commission, and “Contractor Related Parties” means any affiliates of the Contractor and the Contractor’s executive officers, Pennsylvania officers and directors, or owners of 5% or more interest in the Contractor

d. “Financial Interest” means either: i. Ownership of more than a five percent interest in any business; or ii. Holding a position as an officer, director, trustee, partner, employee, or holding any position of management.

e. “Gratuity” means tendering, giving, or providing anything of monetary value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. See Commission Policy 3.10, Code of Conduct.

f. “Non-bid Basis” means a contract awarded or executed by the Commission with Contractor without seeking bids or proposals from any other potential bidder or offeror.

II. In furtherance of this policy, Contractor agrees to the following:

1. Contractor shall maintain the highest standards of honesty and integrity during the performance of this contract and shall take no action in violation of state or federal laws or regulations or any other applicable laws or regulations, or other requirements applicable to Contractor or that govern contracting or procurement with the Commission.

2. Contractor shall establish and implement a written business integrity policy, which includes, at a minimum, the requirements of these provisions as they relate to Contractor activity with the Commission and Commission employees and which is made known to all Contractor employees. Posting these Contractor Integrity Provisions conspicuously in easily-accessible and well- lighted places customarily frequented by employees and at or near where the contract services are performed shall satisfy this requirement.

3. Contractor, its affiliates, agents, employees and anyone in privity with Contractor shall not accept, agree to give, offer, confer, or agree to confer or promise to confer, directly or indirectly, any gratuity or pecuniary benefit to any person, or to influence or attempt to influence any person in violation of the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse Interest Act, 71 P.S. §776.1 et seq.; Commission Policy 3.10, Code of Conduct or in violation of any other federal or state law in connection with performance of work under this contract, except as provided in this contract.

4. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplier providing services, labor, or material under this contract, unless the financial interest is disclosed to the Commission in writing and the Commission consents to Contractor’s financial interest prior to Commission execution of the contract. Contractor shall disclose the financial interest to the Commission at the time of bid or proposal submission, or if no bids or proposals are solicited, no later than Contractor’s submission of the contract signed by Contractor.

5. Contractor certifies to the best of its knowledge and belief that within the last five (5) years Contractor or Contractor Related Entities have not: a. been indicted or convicted of a crime involving moral turpitude or business honesty or integrity in any jurisdiction; b. been suspended, debarred or otherwise disqualified from entering into any contract with any governmental agency; c. had any business license or professional license suspended or revoked; d. had any sanction or finding of fact imposed as a result of a judicial or administrative proceeding related to fraud, extortion, bribery, bid rigging, embezzlement, misrepresentation or anti-trust; and e. been, and is not currently, the subject of a criminal investigation by any federal, state or local prosecuting or investigative agency and/or civil anti-trust investigation by any federal, state or local prosecuting or investigative agency.

If Contractor cannot so certify to the above, then it must submit along with its bid, proposal or contract a written explanation of why such certification cannot be made and the Commission will determine whether a contract may be entered into with the Contractor. The Contractor’s obligation pursuant to this certification is ongoing from and after the effective date of the contract through the termination date thereof. Accordingly, the Contractor shall have an obligation to immediately notify the Commission in writing if at any time during the term of the contract if becomes aware of any event which would cause the Contractor’s certification or explanation to change. Contractor acknowledges that the Commission may, in its sole discretion, terminate the contract for cause if it learns that any of the certifications made herein are currently false due to intervening factual circumstances or were false or should have been known to be false when entering into the contract.

6. Contractor shall comply with the requirements of the Lobbying Disclosure Act (65 Pa.C.S. §13A01 et seq.) regardless of the method of award. If this contract was awarded on a Non-bid Basis, Contractor must also comply with the requirements of the Section 1641 of the Pennsylvania Election Code (25 P.S. §3260a).

7. When Contractor has reason to believe that any breach of ethical standards as set forth in law, Commission Policy 3.10, Code of Conduct, or these Contractor Integrity Provisions has occurred or may occur, including but not limited to contact by a Commission officer or employee which, if acted upon, would violate such ethical standards, Contractor shall immediately notify the Commission contracting officer or the Chief Compliance Officer in writing.

8. Contractor, by submission of its bid or proposal and/or execution of this contract and by the submission of any bills, invoices or requests for payment pursuant to the contract, certifies and represents that it has not violated any of these Contractor Integrity Provisions in connection with the submission of the bid or proposal, during any contract negotiations or during the term of the contract, to include any extensions thereof. Contractor shall immediately notify the Commission in writing of any actions for occurrences that would result in a violation of these Contractor Integrity Provisions. Contractor agrees to reimburse the Commission for the reasonable costs of investigation incurred by the Chief Compliance Officer for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the Commission that results in the suspension or debarment of the Contractor. Contractor shall not be responsible for investigative costs for investigations that do not result in the Contractor’s suspension or debarment.

9. Contractor shall cooperate with the Chief Compliance Officer in investigating any alleged Commission agency or employee breach of ethical standards and any alleged Contractor non-compliance with these Contractor Integrity Provisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable times and places. Contractor, upon the inquiry or request of the Chief Compliance Officer, shall provide, or if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Chief Compliance Officer to Contractor's integrity and compliance with these provisions. Such information may include, but shall not be limited to, Contractor's business or financial records, documents or files of any type or form that refer to or concern this contract. Contractor shall incorporate this paragraph in any agreement, contract or subcontract it enters into in the course of the performance of this contract/agreement solely for the purpose of obtaining subcontractor compliance with this provision. The incorporation of this provision in a subcontract shall not create privity of contract between the Commission and any such subcontractor, and no third party beneficiaries shall be created thereby.

10. For violation of any of these Contractor Integrity Provisions, the Commission may terminate this and any other contract with Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these Provisions, claim damages for all additional costs and expenses incurred in obtaining another contractor to complete performance under this contract, and debar and suspend Contractor from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the Commission may have under law, statute, regulation, or otherwise. COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA TURNPIKE COMMISSION Harrisburg, Pennsylvania

CONTRACT

FOR

PEST CONTROL SERVICES

AUGUST 2016

PENNSYLVANIA TURNPIKE COMMISSION Harrisburg, Pennsylvania

CONTRACT

FOR

PEST CONTROL SERVICES

ITEM NO. DESCRIPTION PAGE

1.00 SCOPE OF SERVICES 1 2.00 QUALIFICATION OF BIDDERS 2 3.00 SITE VISITATION 2 4.00 PESTICIDES AND RODENTICIDES 2 5.00 SCHEDULING 4 6.00 PROOF OF SERVICE 4 7.00 ONLINE REPORTING 5 8.00 ONLINE LOGBOOKS 5 9.00 ON-SITE PROCEDURE 6 10.00 SAFETY AND HEALTH 6 11.00 RESPONSE TIME 7 12.00 SPECIAL SERVICES 7 13.00 NOTICE TO PROCEED 7 14.00 DISPOSAL OF EXCESS AND WASTE MATERIAL 8 15.00 BID SUBMISSION, BOND REQUIREMENTS AND INSURANCE 8 16.00 CONTRACTOR USE OF COMMISSION PREMISES 8 17.00 ACCESS TO SITES 8 18.00 PAYMENT 10 19.00 BID COMPARISONS AND AWARD 10

SCHEDULE OF PRICES APPENDIX

PENNSYLVANIA TURNPIKE COMMISSION Harrisburg, Pennsylvania

CONTRACT

FOR

PEST CONTROL SERVICES

1.00 SCOPE OF SERVICES

Provide labor, material, and equipment for pest control service on a bimonthly (once every two months) basis. Apply pesticides and other controls to control populations of ants, carpenter ants, silverfish, crickets, centipedes, millipedes, pill bugs, earwigs, spiders, and roaches. Install locked bait stations and other controls to control mice and rat populations. • Inspect interior of buildings including, but not limited to, basements, tunnels, mechanical rooms, storage areas, offices, restrooms, hallways, breakrooms, and locker rooms. • Inspect exterior of buildings. • Treat interior and exterior of buildings with pesticides as necessary, including toll booths and utility sheds at interchanges. • Install locked bait stations for rodent control along the interior and exterior of buildings.

Geographic Coverage: Coverage will be the facilities on the entire Turnpike system. The facilities are spread throughout six toll routes: • The East-West mainline (routes 70/76/276) • The Northeast Extension (route 476) • The Mon/Fayette Expressway (route 43) • The Greensburg Bypass (route 66) • The Southern Beltway (route 576) • The Beaver Valley Expressway (route 376) A list of the facilities on this contract is provided in the Appendix. Bids to provide pest control services for portions or segments of the Turnpike system will be rejected.

For bidding purposes, allow for an unlimited number of return-calls for reported infestations or other pest control issues. The Commission will not make separate or additional payments for return-calls.

No subcontracting will be permitted without written approval by the Commission.

The Commission reserves the right to choose whether these services will be assigned under this contract or completed by other means.

The Commission may terminate this contract upon a thirty (30) day written notice.

~ 1 ~

2.00 QUALIFICATION OF BIDDERS

Possess and maintain a valid Pesticide Application Business License Certificate issued by the Pennsylvania Department of Agriculture. Provide a copy of the certificate(s) with all bid submissions for each servicing branch that is intended to be utilized to provide coverage throughout the entire Turnpike system. Businesses and applicators must be licensed and certified in the appropriate categories. These licenses and certifications must be maintained throughout the life of the contract.

Technicians performing on-site services must be individually licensed by the Commonwealth of Pennsylvania Department of Agriculture. When on-site, technicians must be prepared to produce documentation that verifies possession of the Commercial Pesticide Applicator certification. Technicians who cannot provide proper documentation when requested will be given thirty (30) days to produce the documentation. After thirty (30) days, the Contractor will be directed by the Commission to remove the technician from the contract.

3.00 SITE VISITATION

Attend the mandatory prebid meeting and site review conducted by the Commission. A schedule is provided in the “Request for Quotation” document. Those who wish to bid on this contract must attend the prebid meeting.

Review and become familiar with the Pennsylvania Turnpike system along with its facilities and buildings. Prospective bidders are encouraged to visit Commission properties; however, they must first notify and schedule the visitations with Mr. James Gerlach, Manager of Facilities Operations and Maintenance, at 717-831-7366 or by email at jgerlach@ paturnpike.com. Unauthorized site visitations are not permitted. Tolls are not reimbursed for attendance at prebid meetings and site visitations.

4.00 PESTICIDES AND RODENTICIDES

The purchase and use of all chemicals will be the responsibility of the Contractor. The Contractor is reminded that any use of a pesticide inconsistent with its label is a violation of State and Federal law. Do not store pesticide products on Commission property. Rotate the use of supplies and use newly developed chemicals as required to maximize the effectiveness of service and prevent the development of pest resistance to pesticides. Transport, handle and use all pesticides in strict accordance with the manufacturer’s label instructions and all applicable State and Federal laws and regulations. Maintain custody and control of pesticide products.

When it is determined that a pesticide must be used in order to obtain adequate control, employ the use of formulations and treatment techniques that will minimize the amount of pesticides used and the potential exposure of people and the environment. Use the least hazardous material, most precise application technique, and minimum quantity of material necessary to achieve control. Use non-pesticide methods of control wherever possible.

~ 2 ~

Preventive pesticide treatments are acceptable for areas determined through inspection to be at high risk for infestation or rodent activity. However, preventive pesticide treatments for areas determined to be at high risk for infestation by termites will be considered a Special Service. Refer to the requirements for Special Services in Section 12.00 of these specifications.

Place any and all monitoring devices in a manner that will not interfere with facility and/or grounds maintenance operations. Place the devices, whenever possible, in a manner that discourages tampering by placing them in inconspicuous locations where they are not readily visible.

Use only pesticides that comply with the provisions of the Federal Insecticide, Fungicide and Rodenticide Act of 1972 and the Pennsylvania Pesticide Control Act of 1973 and the regulations issued there under. All products being used shall be registered with the EPA and PA Department of Agriculture. Use and apply products only in accordance with the approved use.

Apply pesticides only as baits formulated as solids, pastes or gels. Use spray or dust formulations only as a last resort or when solids, pastes or gels are not practical. Select material(s) labeled for the type of pest identified. Select pesticides consisting of nonvolatile bait formulations that are either applied to cracks and crevices or concealed inside protective containers. Clean off any excess applied pesticide in accordance with manufacturer’s recommendations.

Use only tamper-resistant rodent bait stations. Provide a floor plan or list of room numbers/names indicating all locations of rodent bait stations and catch traps. Install rodent bait stations that are labeled with the Contractor’s business name and address. Date the bait stations at the time of installation and after each servicing. For bidding purposes, assume the installation of at least six (6) bait stations at each facility. One facility may be comprised of several buildings. Install at least one (1) bait station in the utility tunnel at each interchange. All bait stations must be lockable and meet the EPA criteria for tamper resistant. When installing bait stations, consider occupant input/sightings, signs of rodent activity (droppings, gnawing, tracks, etc.), and suspected rodent travel routes. Bid amounts for pest control services shall allow for at least six (6) bait stations per facility. If a facility requires more than six (6) bait stations, the number of bait stations exceeding six (6) may be handled as a Special Service. Add fresh bait as needed. Clean and refill the bait stations if the bait becomes moldy, musty, soiled, or insect-infested. Use only products permissible under current State and Federal Regulations, and use those products in strict accordance with precautions, directions and recommendations shown on the labels of the products.

Remove dead rodents from bait stations and catch traps as required. In the fees bid for pest control services, include unlimited return trips for rodent removal upon request.

Use rodenticides and pesticides with all due precautions to prevent the possibility of incident to humans, domestic animals, service animals, non-target wildlife and property. Do not apply pesticides to the air for routine treatment inside facilities.

~ 3 ~

5.00 SCHEDULING

Perform routine pest control services on a bimonthly (once every two months) basis during normal working hours of operation in the buildings, Monday through Friday. Render all services at days and times approved by the Commission. Submit a schedule for Commission approval for routine pest control services and for any and all Special Services that may be requested. Submit schedules to the Commission thirty (30) days prior to the planned start dates for the services. Do not commence services prior to Commission approval of the schedule(s). Notify the Commission at least one (1) day in advance when it is necessary to deviate from an approved schedule.

Pest control services may not be performed on the following holidays except in emergency situations: New Year’s Day Independence Day M.L. King Jr. Birthday Labor Day Lincoln Birthday Columbus Day Presidents Day General Election Day Good Friday Veterans Day Primary Election Day Thanksgiving Day Memorial Day Christmas Day Flag Day

6.00 PROOF OF SERVICE

Provide a method for the Commission to verify the completion of service visits at each location. Separate the buildings into zones, identify each zone, and report pest control data by zone. Identify and provide a minimum of one (1) interior zone per building. Install zone identification and marking independent from Commission systems. Accomplish zone identification and subsequent reporting by installing barcodes in each zone or by an alternate and equal method approved by the Commission.

The zone ID must require some physical interface by the technician, and it must electronically stamp the date and time of the interface on subsequent reporting. Do not rely on the Commission’s card access or video surveillance systems for proof of service. Inspection by the Commission during or following service visits is not an acceptable form of proof of service. It is not acceptable for the technician to manually record the date and time of service via documentation and/or via photographs with date and time stamps.

The PTC will process payment after checking the proof of service documents that are submitted. Payment will not be processed in cases where proof of service documents do not comply with these specifications.

Submit with the bid a description of the proposed method for proof of service. Failure to meet this requirement shall be sufficient cause for rejection of the bid.

~ 4 ~

7.00 ONLINE REPORTING

Provide a method for online pest control reporting accessible by the Commission via the internet. Report on pest activity and tasks completed. Document building conditions and/or facility procedures that may provide access points, harborages or food for insects, rodents or other pests. Recommend activities/work that may help to deter pest infestations including sanitation, exclusion, and/or moisture control where appropriate. Pest control reports and documentation must be posted online and available for Commission review within twenty-four (24) hours of the completion of the corresponding service visits.

Provide online access that enables the technician to upload photographs to clarify problems and support recommendations. Provide a priority ranking system for recommendations (e.g., high/ low priority), and provide access by the Commission to follow up on recommendations and record their status (e.g., open/closed).

Design the reporting so that the technician must interface onsite with the zone ID markings to prepare and submit the reports. Accomplish the interface by having the technician scan the appropriate barcode or by an alternate and equal method approved by the Commission.

Provide online reporting tools that enable the Commission to report on the data provided by the technicians. The reporting tools must allow the Commission to distribute the reports via email to users throughout the Commission. Provide a means for the Commission to schedule specific reports to run at any of the following intervals: daily, weekly, monthly, or quarterly.

Provide online access that is password protected, and provide encryption to ensure that the data is safe. Accomplish online reporting via a secure website or by an alternate and equal method approved by the Commission.

Submit with the bid a description of the proposed method for online reporting. Failure to meet this requirement shall be sufficient cause for rejection of the bid.

8.00 ONLINE LOGBOOKS

Maintain a pest control service logbook for each building or site. Provide a method to maintain logbooks online and in a manner accessible by the Commission via the internet. Include the pest control service records and inspection reports in each logbook, including all the information on pesticide applications required by the Pesticides Rules and Regulations 7 PA Code Ch. 128 as amended October 12, 2001.

In each logbook, provide the Safety Data Sheets for all products used at the location. Document pest sightings in logbooks, and provide a method for the Commission to report pest sightings via the online logbooks. Provide a floor plan or list of room numbers/names indicating all locations of rodent bait stations and catch traps.

~ 5 ~

Logbooks shall indicate the dates and times the technician interfaced onsite with the zone ID markings/barcodes or other zone identification. Logbooks may be part of the Online Reporting (Section 7.00) depending on the Contractor’s design of the secure website or approved alternate and equal method of providing Online Reporting.

9.00 ON-SITE PROCEDURE i. Upon arrival on-site, notify on-site PTC personnel of your presence and the planned service. Notify a manager or supervisor if one is available. A PTC employee may be assigned to escort you throughout the service visit, although this is not mandatory and is at the discretion of the on-site PTC personnel. If a PTC employee is not assigned to escort you, request contact information from on-site personnel in the event areas are locked or otherwise inaccessible. Discuss with on-site PTC personnel the current conditions and any changes identified since the last service visit.

(a) On-site PTC personnel are responsible for providing access to areas/rooms that are locked or otherwise secured in a manner that prevents access by the technician. If an entire facility is locked or otherwise inaccessible and there are no on-site PTC personnel present to provide access, coordinate with the PTC to make plans to return to the facility on a different date/time.

(b) For locations that are all-electronic (unstaffed), the PTC may provide you with an escort to provide access. Or, with approval by the appropriate departments, you may be provided with a door-access card for all-electronic (unstaffed) facilities. ii. Inspect and service the zones and scan the bar codes accordingly (or alternate and equal method of zone ID approved by the Commission). Check the online sighting logs for additional guidance on pesticide and rodenticide application requirements. Make a thorough inspection of each zone to evaluate the pest control needs. Apply pesticides and rodenticides according to need. Preventive treatments are acceptable for areas determined through inspection to be at high risk for infestation by insects, rodents or other pests. iii. Update online reports and logbooks. iv. Notify the on-site PTC personnel when the service is completed. Notify a manager or supervisor if one is available. Explain the services that were completed and the expected results. Provide additional updates to online reports and logbooks as needed.

10.00 SAFETY AND HEALTH

If prohibited by the label, do not apply pesticides when the immediate area to be treated is occupied.

Observe all safety precautions throughout the performance of this contract. Wear a Class 3 safety vest when working along the roadway or whenever exposed to traffic. Determine and provide any and all additional personal protection equipment required for the safe performance

~ 6 ~ of the services. Protective clothing, equipment, and devices shall, as a minimum, conform to the relevant Occupational Safety and Health Administration (OSHA) standards.

All Contractor personnel performing pest control services in or around Commission property shall be uniformed, drive a marked business vehicle, and be able to communicate effectively in English.

All work shall comply with all applicable Federal and State safety and health requirements. Assume full responsibility and liability for compliance with all applicable regulations pertaining to the health and safety of personnel during the execution of work. Adhere to all laws and regulations during the execution of work.

11.00 RESPONSE TIME

Be available and prepared to provide on-call services, when required, twenty-four hours a day, seven days a week (24/7). Provide non-emergency response on-site within twenty-four (24) hours of notification by the Commission. Provide emergency response on-site within eight (8) hours of notification by the Commission. The Commission will have the sole responsibility and authority for determining whether the requested service constitutes an “emergency.”

Provide a method to receive and respond on a 24/7 basis to calls from the Commission. The methods may include, but are not limited to, a 24/7 customer call center or cell phone numbers for at least two (2) Contractor employees.

12.00 SPECIAL SERVICES

The Commission will include a predetermined amount in the contract for Special Services outside the scope of the agreement for pest control. Complete Special Services at fees negotiated with the Commission. Separate Purchase Orders will be issued for Special services. Special services include but are not limited to: • Removal of nests associated with stinging insects such as bees, wasps, yellow jackets, etc. • Application of pesticides and other controls for termites, mayflies, and moths. • Power spraying, which may be required at some locations for infestations of ticks and other insects. Power spraying may include a power wash and an exterior pesticide spray around buildings and/or toll booths as well as the treatment of turf and trees/vegetation in areas near the affected buildings.

The Commission reserves the right to choose whether this work is assigned under this contract or completed by other means. The predetermined amount does not imply that work in the amount listed – or less / greater amounts of work – can be anticipated. The predetermined amount will be established by the Commission and should not be included in the bid.

13.00 NOTICE TO PROCEED

The Commission will issue a purchase order(s). Issuance of the purchase order will constitute the Notice to Proceed. The date of the purchase order is the Notice to Proceed date.

~ 7 ~

14.00 DISPOSAL OF EXCESS AND WASTE MATERIAL

Remove all excess and waste materials from Commission property and properly dispose of them. Determine, secure and pay for all disposal fees required by Federal, State, and Local rules and regulations.

15.00 BID SUBMISSION, BOND REQUIREMENTS AND INSURANCE

Follow the requirements in the “Request for Quotation” for bid submission instructions, bond requirements, and insurance requirements.

16.00 CONTRACTOR USE OF COMMISSION PREMISES

Keep existing driveways and entrances serving the premises clear and available to Commission employees and customers at all times. Do not use these areas for parking or storage of materials.

Lock automotive type vehicles, such as passenger cars and trucks and other mechanized equipment, when parked and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place.

Maintain the buildings in a safe and weather tight condition throughout completion of the contract. Take all precautions necessary to protect the building and its occupants.

The Commission will occupy the buildings throughout the completion of the contract. Cooperate fully with the Commission throughout the duration of the contract to minimize conflicts and facilitate owner usage.

17.00 ACCESS TO SITES

To the extent necessary, the Contractor's personnel and equipment will be granted toll-free access to the sites. Equipment necessary for the performance of the work under contract will be granted toll-free access (i.e., non-revenue passage). The Contractor's personnel and vehicles for transportation of personnel assigned to the performance of the work under contract will be provided non-revenue passage to and from the sites.

All vehicles entering the Turnpike System must obtain a toll ticket. If exiting at an interchange, the ticket and the Non-Revenue Card must be presented to the Toll Collector. If valid, the Card will be returned to the driver. If a driver exits at a location other than an interchange, the ticket(s) must be turned into their supervisor. The supervisor will forward the tickets to the Commission. All drivers attempting to exit the system without a card must pay the appropriate toll with cash. Vehicles entering at locations other than an interchange may use the card when exiting at an interchange. Each vehicle entering or exiting the Turnpike system must have a valid non-revenue card specific to the contract.

~ 8 ~

Report all lost or stolen cards immediately to the Card Control Center (717.831.7232) located in the Turnpike's Central Administration Building. The Non-Revenue Cards will expire one month after the completion date of the contract.

Non-revenue passage is governed by State Police and Turnpike safety regulations. Violation of any regulation governing the use of a Non-Revenue Card as well as any safety regulation could result in revocation of all non-revenue privileges.

To obtain Non-Revenue Cards, PTC Form 33-97, Contractor's Non-Revenue Card Application, must be completed and forwarded to the Commission at least fourteen (14) calendar days prior to the starting date of the work with the appropriate monies attached. A $50.00 deposit is required for each card. The deposit will be refunded when the card is returned to the Commission's Card Control Center. The deposit will not be refundable if the cards are returned to the Commission six months after the contract completion date. Additional cards may be obtained throughout the duration of the contract on an as-needed basis.

All interchange access requests are subject to the approval of the Commission. The Commission reserves the right to limit the number of cards and/or revoke cards at any time during the course of the contract.

It is the Contractor's responsibility to keep an accurate accounting of all Non-Revenue Cards issued to him/her for use on the contract. Final payment is subject to the return of all Non- Revenue Cards.

Non-revenue E-ZPass transponders are not available; however, reimbursement of tolls for use of E- ZPass Only Interchanges to access the sites will be made subject to compliance with the following requirements:

• All vehicles working on the contract that will utilize E-ZPass Only Interchanges must be listed on a valid E-ZPass account • Non-revenue privileges at E-ZPass Only Interchanges do not extend to contractors who utilize E-ZPass Only Interchanges without a valid E-ZPass account • Contractors who use E-ZPass Only Interchanges without a valid E-ZPass account will be responsible for payment of any tolls and fees for violation notices they receive • The Contractor must submit monthly all E-ZPass statements, clearly identifying contract- related charges incurred at E-ZPass Only Interchanges

The Commission will review and reimburse the Contractor’s E-ZPass account for the verified charges within 30 days of approval by the Commission.

Reimbursement of E-ZPass charges will only be made for tolls incurred at E-ZPass Only Interchanges. Non-Revenue Cards are required to be used at other interchanges. Tolls will not be reimbursed for use of E-ZPass at ticket interchanges.

~ 9 ~

18.00 PAYMENT

Payment will be processed within thirty (30) calendar days after the service has been completed by the Contractor, and after the Proof of Service has been viewed by the Commission via the online reports/logbooks.

Include on invoices the PTC purchase order number, an invoice number and date, the service locations, and the dates or date-range of services. Submit invoices as PDF files to [email protected] or send paper invoices to: Pennsylvania Turnpike Commission Accounting Department Attn: Invoice Processing PO Box 67676 Harrisburg, PA 17106-7676

19.00 BID COMPARISONS AND AWARD

The Commission will award this contract for the base term of November 1, 2016 to October 31, 2018 to the lowest responsible and responsive bidder, with an option to renew the contract for one (1) additional 2-year term. The option will require PTC and Contractor approval to effect renewal of the contract.

Complete and submit the following “Schedule of Prices” page with bid.

~ 10 ~

APPENDIX COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) FACILITIES ACCESSIBLE TRAVELING WESTBOUND ON ROUTES 276 / 76 / 70 - LISTED IN ORDER FROM EAST TO WEST

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) DELAWARE RIVER BRIDGE INT. #359 1 M.P. T358.1, AIRPORT RD. & GREEN LN. 1 BRISTOL, PA 19007 NESHAMINY FALLS INT. #353 2 M.P. T352.7, 2986 GALLOWAY RD. 1 BENSALEM, PA 19020 BENSALEM INT. #351 3 M.P. T351.3, ROUTE 1 1 16 BENSALEM, PA 19020 WILLOW GROVE INT. #343 4 M.P. T342.9, ROUTE 611 1 11 WILLOW GROVE, PA 19090 VIRGINIA DRIVE SLIP RAMP #340 5 M.P. T339.8 3 FORT WASHINGTON, PA 19034 FORT WASHINGTON INT. #339 6 M.P. T338.5, ROUTE 309 1 9 FORT WASHINGTON, PA 19034 NORRISTOWN INT. #333 7 M.P. T333.1, GERMANTOWN PIKE 2 8 PLYMOUTH MEETING, PA 19462 VALLEY FORGE INT. #326 8 M.P. T326.3 SCHUYKILL EXP.WAY 1 21 KING OF PRUSSIA, PA 19406 ROUTE 29 SLIP RAMP #320 9 MP T319.1, SR 29 2 Malvern PA 19355 DEVAULT MAINTENANCE MILEPOST T316.3 10 1 RT. 1, BOX 44 VALLEY HILL ROAD MALVERN, PA 19355 DOWNINGTOWN INT. #312 11 M.P. T312, RT. 100 POTTSTOWN PIKE 1 8 UWCHLAND, PA 19480 MORGANTOWN INT. #298 12 M.P. T298, RT. 10 1 6 MORGANTOWN, PA 19543

SCHEDULE OF PRICES - PAGE 1 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) BOWMANSVILLE MAINTENANCE MILEPOST T288.3 13 2 411 PANORAMA DRIVE DENVER, PA 17517 READING INT. #286 14 M.P. T285.9, 316 REAR LAUSCH ROAD 1 8 DENVER, PA 17517 LEBANON-LANCASTER INT. #266 15 M.P. T266.4, 3018 LEBANON ROAD 1 4 MANHEIM, PA 17545 HARRISBURG EAST INT. #247 16 M.P. T247.3, I283 2 7 HIGHSPIRE, PA 17034 HARRISBURG WEST INT. #242 17 M.P. T241.9, R.D. #1 1 7 NEW CUMBERLAND, PA 17070 DISTRICT 3 FARE COLLECTION OFFICE 18 M.P. T241.9, R.D. #1 1 NEW CUMBERLAND, PA 17070 GETTYSBURG PIKE INT. #236 19 M.P. T236 & RT. 15 2 6 MECHANICSBURG, PA 17055 CARLISLE, INT. #226 20 M.P. T226.3 & RT. 11 1 8 CARLISLE, PA 17013 NEWVILLE MAINTENANCE 21 MILEPOST T214.2, 246 CENTER ROAD 2 NEWVILLE, PA 17241 NEWVILLE ENGINEERING TRAILER 22 MILEPOST T214.2, 246 CENTER ROAD 1 NEWVILLE, PA 17241 NEWVILLE MNTCE RESTROOM TRAILER 23 MILEPOST T214.2, 246 CENTER ROAD 1 NEWVILLE, PA 17241 BLUE MOUNTAIN INT. #201 M.P. T201.3 24 1 3 CUMBERLAND HIGHWAY RT. 997 NEWBURG, PA 17240

SCHEDULE OF PRICES - PAGE 2 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) BLUE-KITT TUNNELS 25 EAST & WEST PORTALS 4 MILEPOST T197.5 - 199.3 WILLOW HILL INT. #189 26 M.P. T188.6, RT. 75 PATH VALLEY RD. 1 3 WILLOW HILL, PA 17271 TUSCARORA TUNNEL 27 EAST & WEST PORTAL 2 MILEPOST T186.2 - 187.2 FORT LITTLETON INT. #180 28 M.P. T179.5, ROUTE 522 1 3 FORT LITTLETON, PA 17223 BREEZEWOOD INT. #161 29 M.P. T162.8, 1 MI. S. OF RT. 30 1 10 BREEZEWOOD, PA 15533 BEDFORD INT. #146 30 M.P. T145.5, RD #2, BUSINESS ROUTE 220 1 4 BEDFORD, PA 15522 KEGG MAINTENANCE 31 MILEPOST T132.2, RD #1, BOX 197 2 MANNS CHOICE, PA 15550 ALLEGHENY TUNNEL 32 EAST & WEST PORTAL 2 MILEPOST T122.1 - 123.3 SOMERSET INT. #110 33 M.P. T109.9, WATERWORKS ROAD 1 7 SOMERSET, PA 15501 DONEGAL INT. #91 34 M.P. T90.7, RT. 31 & 711 2 4 DONEGAL, PA 15628 DONEGAL MAINTENANCE 35 MILEPOST T88.8, R.D. #1, BOX 331 3 ACME, PA 15610 NEW STANTON INT. #75 36 M.P. T75.5, RT. 119 & i-70 1 11 NEW STANTON, PA 15672 IRWIN INT. #67 37 M.P. T67.4, ROUTE 30 1 8 IRWIN, PA 15642

SCHEDULE OF PRICES - PAGE 3 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) HARRISON CITY MAINTENANCE 38 MILEPOST T63.2, BOX 397-B 2 HARRISON CITY, PA 15636 PITTSBURGH INT. #57 39 M.P. T56.5, R.D. #1 1 11 TURTLE CREEK, PA 15145 ALLEGHENY VALLEY INT. #48 40 M.P. T47.7, R.D. #2 1 8 CHESWICH, PA 15024 GIBSONIA MAINTENANCE 41 MILEPOST T39.6, 3000 HABERLEIN ROAD 2 GIBSONIA, PA 15044 GIBSONIA MAINTENANCE WAREHOUSE 42 MILEPOST T39.6, 3000 HABERLEIN ROAD 1 GIBSONIA, PA 15044 GIBSONIA ENGINEERING TRAILER 43 MILEPOST T39.6, 3000 HABERLEIN ROAD 1 GIBSONIA, PA 15044 BUTLER VALLEY INT. #39 44 M.P. T39.1, R.D. #2 1 6 GIBSONIA, PA 15044 WARRENDALE INT. #30 45 M.P. T30.9, 117 PLAZA LANE 1 13 WARRENDALE, PA 15086 NEW CASTLE FARES OFFICE 46 MILEPOST T10.7 2 NEW GALILEE, PA 16141 GATEWAY INT. #2 47 M.P. T1.4, BURKEY ROAD 2 6 ENON VALLEY, PA 16120

SCHEDULE OF PRICES - PAGE 4 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) FACILITIES ACCESSIBLE TRAVELING EASTBOUND ON ROUTES 276 / 76 / 70 - LISTED IN ORDER FROM WEST TO EAST NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) HOMEWOOD MAINTENANCE 48 M.P. T11.8, 286 FOXWOOD ROAD 1 WAMPUM, PA 16157 SOMERSET MAINTENANCE 49 M.P. T113.9, 202 MENSER ROAD 2 SOMERSET, PA 15501 SOMERSET STATE POLICE 50 M.P. T113.9, 177 MENSER ROAD 1 SOMERSET, PA 15501 SOMERSET MATERIALS TESTING LAB 51 M.P. T113.9, 173 MENSER ROAD 1 SOMERSET, PA 15501 WESTERN REGION TRAINING CENTER 52 M.P. T122.0 1 WEST PORTAL AT ALLEGHENY TUNNEL EVERETT MAINTENANCE 53 M.P. T154.2, 1657 ASHCOM ROAD 2 EVERETT, PA 15537 EVERETT STATE POLICE 54 M.P. T154.2, 1605 ASHCOM ROAD 1 EVERETT, PA 15537 EVERETT FARES OFFICE AND WAREHOUSE 55 M.P. T154.2, 1657 ASHCOM ROAD 1 EVERETT, PA 15537 BURNT CABINS MAINTENANCE 56 M.P. T186.0, HC 62, BOX 522 2 SHADE GAP, PA 17255 NEW CUMBERLAND MAINTENANCE 57 M.P. T243.8, 519 MARSH RUN ROAD 1 NEW CUMBERLAND, PA 17070 MOUNT GRETNA MAINTENANCE 58 M.P. T265.5, 3014 PINCH ROAD 1 MANHEIM, PA 17545 EAST REGIONAL OFFICE 59 M.P. T330.2, 251 FLINT HILL ROAD 2 KING OF PRUSSIA, PA 19406

SCHEDULE OF PRICES - PAGE 5 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) DISTRICT 4 TRADES AND WAREHOUSE 60 M.P. T332.37, 1801 GALLAGHER ROAD 1 PLYMOUTH MEETING, PA 19462 PLYMOUTH MEETING MAINTENANCE 61 M.P. T333.3, 331 W. GERMANTOWN PIKE 1 PLYMOUTH MEETING, PA 19462 STREET ROAD SLIP RAMP #352 62 M.P. T351.9 2 BENSALEM, PA 19020 TREVOSE MAINTENANCE 63 M.P. T353.1, 2999 GALLOWAY ROAD 1 BENSALEM, PA 19020 FACILITIES ACCESSIBLE TRAVELING NORTHBOUND ON ROUTE 476 - LISTED IN ORDER FROM SOUTH TO NORTH

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) MID-COUNTY INT. #20 64 M.P. A333.15, GERMANTOWN PIKE 1 16 PLYMOUTH MEETING, PA 19462 LANSDALE INT. #31 65 M.P. A30.1, ROUTE 63 3 9 KULPSVILLE, PA 19443 QUAKERTOWN MAINTENANCE 66 M.P. A43.7, 1800 JOHN FRIED HIGHWAY 1 QUAKERTOWN, PA 18951 QUAKERTOWN ENGINEERING TRAILER 67 M.P. A43.7, 1800 JOHN FRIED HIGHWAY 1 QUAKERTOWN, PA 18951 QUAKERTOWN INT. #44 68 M.P. A43.7, RD#2, BOX 342 1 7 QUAKERTOWN, PA 18951 LEHIGH VALLEY INT. #56 69 M.P. A57.3, ROUTE 22 1 12 ALLENTOWN, PA 18105 SLATINGTON MAINTENANCE 70 M.P. A70.1, 2952 MOUNTAIN ROAD 1 SLATINGTON, PA 18080 DISTRICT 5 FARE COLLECTION OFFICE 71 M.P. A70.1, 2952 MOUNTAIN ROAD 1 SLATINGTON, PA 18080

SCHEDULE OF PRICES - PAGE 6 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) EASTERN REGION TRAINING CENTER 72 M.P. A70.6 1 SLATINGTON, PA 18080 LEHIGH TUNNEL 73 EAST & WEST PORTALS 2 MILEPOST A70.7 - 71.6 MAHONING VALLEY INT. #74 74 M.P. A75.7, 1649 INT. ROAD ON ROUTE 209 1 4 LEHIGHTON, PA 18235 ROUTE 903 SLIP RAMP #87 75 M.P. A87.1 4 JIM THORPE, PA 18229 POCONO INT. #95 76 M.P. A94.5, JUNCTION I-80 & ROUTE 940 1 7 WHITE HAVEN, PA 18661 WILKES BARRE INT. #105 77 M.P. A105.3, ROUTE 115 1 3 BEAR CREEK, PA 18601 WILKES BARRE ENGINEERING TRAILER 78 M.P. A105.3, ROUTE 115 1 BEAR CREEK, PA 18601 WYOMING VALLEY INT. #112 79 M.P. A112.4 1 6 PITTSTON, PA 18640 KEYSER AVENUE INT. #121 80 M.P. A121.2, KEYSER AVENUE 1 5 TAYLOR, PA 18517 CLARKS SUMMIT INT. #130 81 M.P. A130.2, EXIT 58 ON I-81 1 3 CLARKS SUMMIT, PA 18411

SCHEDULE OF PRICES - PAGE 7 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) FACILITIES ACCESSIBLE TRAVELING SOUTHBOUND ON ROUTE 476 - LISTED IN ORDER FROM NORTH TO SOUTH NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) WYOMING VALLEY MAINTENANCE 82 M.P. A114.5, ROUTE 315 1 PITTSTON, PA 18640 WYOMING VALLEY ENGINEERING OFFICE 83 M.P. A114.5, ROUTE 315 1 PITTSTON, PA 18640 POCONO MAINTENANCE 84 M.P. A94.6, 511 STATE ROUTE 940 3 WHITE HAVEN, PA 18661 FACILITIES ACCESSIBLE TRAVELING WESTBOUND ON ROUTE 376, BEAVER VALLEY EXPRESSWAY - LISTED IN ORDER FROM EAST TO WEST

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) EAST TOLL PLAZA #30 85 M.P. B31.1, ROUTE 51 1 6 BEAVER FALLS, PA 15010 BEAVER FALLS INT. #29, WESTBOUND FACILITY 86 M.P. B28.8, WALLACE RUN ROAD 1 2 BEAVER FALLS, PA 15010 MORAVIA INT. #20, WESTBOUND FACILITY 87 M.P. B20.0, ROUTE 168 1 2 WAMPUM, PA 16157 WEST TOLL PLAZA #18 88 M.P. B18.1 1 6 NEW CASTLE, PA 16102 MOUNT JACKSON INT. #17, WB FACILITY 89 M.P. B16.3, ROUTE 108 1 2 NEW CASTLE, PA 16102 FACILITIES ACCESSIBLE TRAVELING EASTBOUND ON ROUTE 376, BEAVER VALLEY EXPRESSWAY - LISTED IN ORDER FROM WEST TO EAST

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) MOUNT JACKSON INT. #17, EB FACILITY 90 M.P. B16.3, ROUTE 108 1 2 NEW CASTLE, PA 16102 MORAVIA INT. #20, EASTBOUND FACILITY 91 M.P. B20.0, ROUTE 168 1 2 WAMPUM, PA 16157 BEAVER FALLS INT. #29, EASTBOUND FACILITY 92 M.P. B28.8, WALLACE RUN ROAD 1 2 BEAVER FALLS, PA 15010

SCHEDULE OF PRICES - PAGE 8 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) FACILITIES ACCESSIBLE TRAVELING WESTBOUND ON ROUTE 576, SOUTHERN BELTWAY - LISTED IN ORDER FROM EAST TO WEST NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) PITTSBURGH/WEIRTON INT. #6, WB FACILITY 93 M.P. S5.5, US ROUTE 22 1 3 BULGAR, PA 15019 WESTPORT ROAD INT. #4, WB FACILITY 94 M.P. S3.6, WESTPORT ROAD 2 2 IMPERIAL, PA 15126 IMPERIAL/CLINTON INT. #2, WB FACILITY 95 M.P. S1.3, US ROUTE 30 1 2 IMPERIAL, PA 15126 FACILITIES ACCESSIBLE TRAVELING EASTBOUND ON ROUTE 576, SOUTHERN BELTWAY - LISTED IN ORDER FROM WEST TO EAST

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) IMPERIAL/CLINTON INT. #2, EB FACILITY 96 M.P. S1.3, US ROUTE 30 1 2 IMPERIAL, PA 15126 WESTPORT ROAD INT. #4, EB FACILITY 97 M.P. S3.6, WESTPORT ROAD 1 2 IMPERIAL, PA 15126 PITTSBURGH/WEIRTON INT. #6, EB FACILITY 98 M.P. S5.5, US ROUTE 22 1 3 BULGAR, PA 15019 FACILITIES ACCESSIBLE TRAVELING NORTHBOUND ON ROUTE 43, MON/FAYETTE EXPRESSWAY - LISTED IN ORDER FROM SOUTH TO NORTH NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) INT. #4, NORTHBOUND FACILITY 99 M.P. M3.8, RUBLES MILL ROAD 2 SMITHFIELD, PA 15478 INT. #5, M5 TOLL PLAZA 100 M.P. M4.6, RUBLES MILL ROAD 1 6 SMITHFIELD, PA 15478 INT. #15, NORTHBOUND FACILITY 101 M.P. M14.5, NORTHGATE HIGHWAY 1 2 UNIONTOWN, PA 15401 INT. #18, NORTHBOUND FACILITY, M.P. M18.1 102 KEISTERVILLE / UPPER MIDDLETOWN ROAD 1 2 SMOCK, PA 15480 INT. #19, M19 TOLL PLAZA 103 M.P. M19.5, 1098 FOX RIDGE ROAD 2 4 NEW SALEM, PA 15468

SCHEDULE OF PRICES - PAGE 9 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) INT. #22, NORTHBOUND FACILITY 104 M.P. M21.9, REDSTONE WAY 1 2 GRINDSTONE, PA 15442 INT. #26, NORTHBOUND FACILITY 105 M.P. M25.9, TELEGRAPH ROAD 1 2 HILLER, PA 15444 INT. #35, M35 TOLL PLAZA 106 M.P. M35.0, CALIFORNIA DRIVE 1 6 COAL CENTER, PA 15423 INT. #39, NORTHBOUND FACILITY 107 M.P. M39.2, COYLE CURTAIN ROAD 2 CHARLEROI, PA 15022 INT. #44, NORTHBOUND FACILITY 108 M.P. M44.4, PA 136 2 MONONGAHELA, PA 15063 INT. #48, NORTHBOUND FACILITY 109 M.P. M48.2, FINLEYVILLE ELRAMA ROAD 2 FINLEYVILLE, PA 15332 JEFFERSON HILLS STATE POLICE 110 M.P. M50.5, 1770 GILL HALL ROAD 2 JEFFERSON HILLS, PA 15025 JEFFERSON HILLS MAINTENANCE 111 M.P. M51.4, 4000 ROUTE 43 2 JEFFERSON HILLS, PA 15025 INT. #52, M52 TOLL PLAZA 112 M.P. M52.0 1 6 JEFFERSON HILLS, PA 15025

SCHEDULE OF PRICES - PAGE 10 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) FACILITIES ACCESSIBLE TRAVELING SOUTHBOUND ON ROUTE 43, MON/FAYETTE EXPRESSWAY - LISTED IN ORDER FROM NORTH TO SOUTH NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) INT. #48, SOUTHBOUND FACILITY 113 M.P. M48.2, FINLEYVILLE ELRAMA ROAD 2 FINLEYVILLE, PA 15332 INT. #44, SOUTHBOUND FACILITY 114 M.P. M44.4, PA 136 2 MONONGAHELA, PA 15063 INT. #39, SOUTHBOUND FACILITY 115 M.P. M39.2, COYLE CURTAIN ROAD 2 CHARLEROI, PA 15022 INT. #26, SOUTHBOUND FACILITY 116 M.P. M25.9, TELEGRAPH ROAD 1 2 HILLER, PA 15444 INT. #22, SOUTHBOUND FACILITY 117 M.P. M21.9, REDSTONE WAY 1 2 GRINDSTONE, PA 15442 SEARIGHTS MAINTENANCE 118 M.P. M18.1, 135 UPPER MIDDLETOWN ROAD 2 SMOCK, PA 15480 INT. #18, SOUTHBOUND FACILITY, M.P. M18.1 119 KEISTERVILLE / UPPER MIDDLETOWN ROAD 1 2 SMOCK, PA 15480 INT. #15, SOUTHBOUND FACILITY 120 M.P. M14.5, NORTHGATE HIGHWAY 1 2 UNIONTOWN, PA 15401 INT. #4, SOUTHBOUND FACILITY 121 M.P. M3.8, RUBLES MILL ROAD 2 SMITHFIELD, PA 15478 FACILITIES ACCESSIBLE TRAVELING NORTHBOUND ON ROUTE 66, AMOS K HUTCHINSON BYPASS - LISTED IN ORDER FROM SOUTH TO NORTH NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) WEST REGIONAL OFFICE 122 M.P. G0.6, 2200 NORTH CENTER AVENUE 1 NEW STANTON, PA 15672 INT. #4, NORTHBOUND FACILITY 123 M.P. G4.0, ROUTE 136 1 2 GREENSBURG, PA 15601 INT. #5, AKH TOLL PLAZA 124 M.P. G4.7 1 8 GREENSBURG, PA 15601

SCHEDULE OF PRICES - PAGE 11 of 12 COLUMN A COLUMN A X 12 # # Unit Price Total Price Line LOCATION (Bi-Monthly Bldgs Booths (12 Services) Service) INT. #6, NORTHBOUND FACILITY 125 M.P. G6.3, ROUTE 30 1 2 GREENSBURG, PA 15601 GREENSBURG MAINTENANCE 126 M.P. G7.1, RD #2 BOX 352 2 JEANETTE, PA 15644 GREENSBURG ENGINEERING TRAILERS (2) 127 M.P. G7.1, RD #2 BOX 352 2 JEANETTE, PA 15644 INT. #8, NORTHBOUND FACILITY 128 M.P. G7.8, ROUTE 130 1 2 JEANETTE, PA 15644 INT. #9, NORTHBOUND FACILITY 129 M.P. G9.3, BUSINESS ROUTE 66 2 2 DELMONT, PA 15626 FACILITIES ACCESSIBLE TRAVELING SOUTHBOUND ON ROUTE 66, AMOS K HUTCHINSON BYPASS - LISTED IN ORDER FROM NORTH TO SOUTH

NOTE: INTERCHANGES HAVE SEPARATE, FREE STANDING UTILITY SHEDS THAT MUST BE SERVICED (NOT INCLUDED IN BLDG COUNTS BELOW) INT. #9, SOUTHBOUND FACILITY 130 M.P. G9.3, BUSINESS ROUTE 66 1 2 DELMONT, PA 15626 INT. #8, SOUTHBOUND FACILITY 131 M.P. G7.8, ROUTE 130 1 2 JEANETTE, PA 15644 INT. #6, SOUTHBOUND FACILITY 132 M.P. G6.3, ROUTE 30 1 2 GREENSBURG, PA 15601 INT. #4, SOUTHBOUND FACILITY 133 M.P. G4.0, ROUTE 136 1 2 GREENSBURG, PA 15601

TOTAL PRICE (contractor enter total price) 167 404 NA

SCHEDULE OF PRICES - PAGE 12 of 12